Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Hard Facilities Management Service Provider with elements of Soft FM [Provision of a]

  • First published: 10 August 2015
  • Last modified: 20 May 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-027392
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
10 August 2015
Deadline date:
19 May 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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 CPV: 50710000, 90922000, 90919200, 79710000, 85142300, 42510000.

Full notice text

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
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Hard 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 contract

14

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

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
90922000
90919200
79710000
85142300
42510000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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 scope

A 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)

Options

Option of additional 12 months + 12 months extension

Provisional timetable for recourse to these options

33

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

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery Cooling and ventilation equipment
85142300 Hygiene services Paramedical services
90919200 Office cleaning services Office, school and office equipment cleaning services
90922000 Pest-control services Facility related sanitation services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
79710000 Security services Investigation and security services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
10 August 2015
Deadline date:
19 May 2016 00:00
Notice type:
Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
25 May 2016
Notice type:
Additional Information
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
graeme.morris@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
20/05/2016 14:14
Notice Cancelled
This notice has been cancelled. The original deadline date of 29/10/2015 is no longer applicable.

This requirement is now to be met under the National Procurement Service Wales framework NPS-CFM-00042-15.

Cancellation requested by Graeme Morris.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.