CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
NHS Wales Procurement Services |
Residences Block A, Neath Port Talbot Hospital, Baglan Way |
Port Talbot |
SA12 7BX |
UK |
Maintenance Team
Graeme Morris |
+44 1639684417 |
graeme.morris@wales.nhs.uk |
|
http://www.procurement.wales.nhs.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityHard Facilities Management Service Provider with elements of Soft FM [Provision of a] |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract14 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Welsh Blood Service [various locations]
UKL |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
This Contract Notice is for the provision of a Hard & Soft FM Service provider. The successful Provider must supply all the following services as a minimum requirement:
- Statutory Compliance Mechanical
- Statutory Compliance Electrical
- Statutory Compliance Fire Infrastructure
- Building Fabric Inspections (as specified)
- Provision of reactive maintenance and out of hours operational services
- Provision of planned preventative maintenance services
- Provision of technical/legislative advice
- Provision of technical advisory services for the delivery of minor works
- Nominated responsible person for Legionella.
- Nominated responsible person for Asbestos.
- Provision of cleaning services at named facilities.
- Provision of security services such as key holding functionality at named facilities.
- Provision of pest control services at named facilities.
- Provision of sanitary services at named facilities.
- Provision of management of minor work schemes
The Welsh Blood Service plays a fundamental role in the delivery of healthcare in Wales. It works to ensure that the donor’s gift of blood is transformed into safe and effective blood components which allow NHS Wales to improve quality of life and save the lives of many thousands of people in Wales every year.
The Welsh Blood Service collects blood from the volunteering public, test it, process it, and store it before delivery to the hospitals in Wales. We provide special reference services and antenatal blood testing services to hospitals, and the Welsh Transplantation and Immunogenetics Laboratory (WTAIL) provides the information which transplantation units need on whether organ donors are a match for the patients requiring transplants. The WTAIL also administers and maintains the Welsh Bone Marrow Donor Registry.
To enable the Welsh Blood Service to deliver this service from its various properties across Wales a Hard FM service provider is required. The provider will be responsible for the delivery of the Statutory Compliance of the buildings mechanical and electrical infrastructure services. The services are to be delivered in all properties across Wales. These properties are;
Need to list – even potential future properties.
The Welsh Blood Service HQ
Ely Valley Road
Pontyclun
CF72 9NL
The Welsh Blood Service
Unit 4
Lanelli Gate Business Park
Dafen
Llanelli
SA14 8LQ
The Welsh Blood Service
Unit 30
Llandegai Industrial Estate
Bangor
Gwynedd
LL57 4YH
The Welsh Blood Service
Pembroke House
Ellice Way Wrexham Technology Park
Wrexham
LL13 7YT
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=27392
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50710000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeA 3 year contract.
The details will be specified in the descriptive document issued as part of the invitation to
tender. |
|
350000.00 GBP |
II.2.2)
|
OptionsOption of additional 12 months + 12 months extension |
|
Provisional timetable for recourse to these options33 |
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The contracting authority reserves the right to request parent company guarantees of
financial liability.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
To be set out in the Tender Documentation
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
None specified saved that in the case of consortia or other grouping of more than one
legal entity, one party must act as prime contractor.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As set out initially in the PQQ and then Tender Documentation
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
|
III.2.2)
|
Economic and financial capacity
As set out initially in the PQQ and then Tender Documentation
|
III.2.3)
|
Technical capacity
As set out initially in the PQQ and then Tender Documentation
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 29-10-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
1) A PQQ MUST be completed and returned with the request to participate.
2) Prospective suppliers can request a PQQ until 5 days before the deadline for
submission. The Contracting Authority will not accept requests for PQQ's after this
date.
3) All tender costs and liabilities incurred by prospective suppliers shall be the
sole responsibility of prospective suppliers.
4) The Contracting Authority reserves the right to award the contract in whole or in
part, or annul the tendering process and not award any contract.
7) In relation to section II.1.9 above - variants will be accepted to the extent
permitted (if at all).
8) Prospective suppliers shoule note that Procurement Services is part of Velindre
NHS Trust acting on behalf of itself and participating NHS Trusts in Wales.
9) The Contracting Authority intends to use an eTendering system in this procurement
exercise and reserves the right to use a reverse auction.
(WA Ref:27392)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
The Authority will allow a minimum 10 day calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful bidders and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the bidder/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules, have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly. For more information on how to appeal, and the relevant time limits, please see the following statement on the Authority's website: www.procurement.wales.nhs.uk/service/terms
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 10-08-2015 |