Section one: Contracting authority
one.1) Name and addresses
City Hospitals Independent Commercial Enterprises Limited
Kayll Road
Sunderland
SR4 7TP
Contact
Thando Ngwenya
Telephone
+44 1915656256
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
https://www.choicesunderland.co.uk
Buyer's address
https://www.choicesunderland.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Refrigeration Maintenance on behalf of CHoICE Ltd
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
City Hospitals Independent Commercial Enterprises Limited (“the Authority”) wishes to appoint suitably experienced and competent Supplier to provide Air- Conditioning and Refrigeration PPM, Servicing and Emergency Call-Out Services on a Trust-Wide basis
two.1.5) Estimated total value
Value excluding VAT: £180,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42530000 - Parts of refrigerating and freezing equipment and heat pumps
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
Main site or place of performance
Kayll Road
Sunderland
SR3 4ES
two.2.4) Description of the procurement
The Service Provider will be required to provide a specialist maintenance service with comprehensive costs to perform all their contracted work. The successful service provider will be expected to conduct a comprehensive planned preventative maintenance service including reactive works on an ad-hoc basis for all the Trusts assets in conjunction with the specification document and industry standards. The service provider will also be required to provide the necessary asset tracking and to be able support the Trust with the planned routine visits and the reactive call outs in accordance with the specification
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £180,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 February 2025
End date
2 February 2028
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
o Health and Safety at Work Act 1974
o Management of Health & safety at Work 1999
o The workplace (Health, safety & welfare) Regulations 1992
o Provision and use of Work Equipment Regs 1998
o Control of substances hazardous to health 2002
o Working at height regulations 2005
o Pressure system Regulations 2000
o HTM03-01a&b
o Lone Worker Procedures Electricity at work regs 1989
o F-Gas regulations 2015
o Control of Asbestos Regulations 2012
o The Confined Spaces Regulations 1997
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.2.2) Time limit for receipt of tenders or requests to participate
Date
20 December 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
London EC1
London
EC1
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit