Section one: Contracting authority
one.1) Name and addresses
Qualifications Wales
Q2 Building, Pencarn Lane, Imperial Park
Newport
NP10 8AR
Contact
Stephanie Molina
procurement@qualificationswales.org
Telephone
+44 1633373233
Country
United Kingdom
NUTS code
UKL2 - East Wales
Internet address(es)
Main address
http://www.qualificationswales.org
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA41978
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Facilities Management Services
Reference number
QW212212
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
- Lot One Planned and Reactive Facilities Management Services
o Statutory Inspections and Maintenance
o Planned Preventative Maintenance
o Break Down Maintenance and Alterations
o Potentially Minor new works projects – for which quotes must be supplied
- Lot Two Key Holding and Security Services
o Opening and Closing
o Intruder Alarm Monitoring
o Incident Response
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £122,757.75
two.2) Description
two.2.1) Title
Planned and Reactive Maintenance Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKL21 - Monmouthshire and Newport
Main site or place of performance
Q2 Pencarn Lane, Imperial Park, Newport South Wales
two.2.4) Description of the procurement
The Scope of the Services will comprise, Statutory Inspections and Maintenance, Planned Preventative Maintenance, Break Down Maintenance and Alterations and minor new works projects for the engineering & building fabric assets with the objective of:
- Providing a safe and comfortable working environment for building users.
- Maximising the useful life span of the building, plant and equipment.
- Ensuring efficient and cost-effective use of those assets.
- Complying fully with UK or Wales government guidance on environmental issues and QW environmental policies this includes QW H&S site rules, including QW guidance to mitigate the risk of Covid 19 in the workplace
- Ensuring QW lease obligations related to maintenance are fulfilled.
The criteria against which the responses to the invitation to tender will be evaluated are as follows:
The overall evaluation will be based upon the economically most advantageous tender with a Quality v Price split of 60 % Quality and 40% Price.
two.2.5) Award criteria
Quality criterion - Name: Computer Aided Facilities Management / Weighting: 15
Quality criterion - Name: Account management / Weighting: 30
Quality criterion - Name: Similar Experience / Weighting: 10
Quality criterion - Name: Provision of Service / Weighting: 15
Quality criterion - Name: Service Level Agreement / Weighting: 10
Quality criterion - Name: Environmental Considerations & Consumables / Weighting: 5
Quality criterion - Name: Compliance with Health & Safety requirements / Weighting: 15
Price - Weighting: 40
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Key holding and Security Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKL21 - Monmouthshire and Newport
Main site or place of performance
Q2 Pencarn Lane, Imperial Park, Newport South Wales
two.2.4) Description of the procurement
The Supplier will hold a set of keys for the building and be required to provide the following services.
- Opening and Closing
- Intruder Alarm Monitoring
- Incident Response
- Planned Additional Cover
- Unplanned Additional Cover
The criteria against which the responses to the invitation to tender will be evaluated are as follows:
The overall evaluation will be based upon the economically most advantageous tender with a Quality v Price split of 60 % Quality and 40% Price.
two.2.5) Award criteria
Quality criterion - Name: Account management / Weighting: 15
Quality criterion - Name: Service Quality / Weighting: 50
Quality criterion - Name: Flexibility in delivering the Service / Weighting: 25
Quality criterion - Name: Health and Safety / Weighting: 10
Price - Weighting: 40
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-020318
Section five. Award of contract
Lot No
1
Title
Planned and Reactive Maintenance Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 December 2021
five.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Whitehead Building Services
Lanyon House, Mission Court
Newport
NP202DW
Telephone
+44 7719960037
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £159,000
Total value of the contract/lot: £122,757.75
Section five. Award of contract
Lot No
2
Title
Key holding and Security Services
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.3) Additional information
(WA Ref:115538)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom