Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Ty Gorwel, Building 14, St David’s Park, Job’s Well Road
Carmarthen
SA31 3BB
UK
Contact person: Lewis Wells
E-mail: lewis.wells2@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
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://etenderwales.bravosolution.co.uk/home.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fixed Wire Electrical Testing Services
Reference number: HDD-OJEU-54288
II.1.2) Main CPV code
71314100
II.1.3) Type of contract
Services
II.1.4) Short description
Hywel Dda University Health Board (“HDUHB”) has a requirement for the provision of Fixed Wire Electrical Testing Services of the mains electrical systems at all acute sites across the three counties of Carmarthenshire, Pembrokeshire, and Ceredigion.
Electrical systems are integral parts of any modern building, but these systems are also highly dangerous. The risk of electrical shock and, in extreme cases, death are very real. Accordingly, it’s important that these electrical systems are regularly tested and maintained.
The five (5) year electrical test is a statutory requirement that HDUHB needs to adhere to. It is a series of tests that must be carried out every five (5) years on fixed electrical installations. These tests must be carried out by a qualified electrician and are statutory requirements as per the Electricity at Work Regulations and the IET Wiring Regulations (BS 7671:2008). Upon the successful completion of a five (5) year electrical test, an Electrical Installation Condition Report (“EICR”) will be issued. Possession of an in-date EICR will underline the safety of HDUHB’s electrical systems and keep HDUHB in line with the relevant regulations.
Fixed wiring systems cover any electrical infrastructure which delivers electrical power from the supply to any equipment on site. The tests involved in generating the EICR are numerous and include:
- Inspecting the condition and suitability of earthing and bonding
- The serviceability of existing equipment such as sockets, light fittings, and switches
- Establishing the wiring system in place and the current condition of the wiring
- Detailing any instances of wear and tear and potential deterioration in existing electrical systems
HDUHB is looking to award a Contract for electrical testing services for specific properties within the Carmarthenshire, Ceredigion, and Pembrokeshire areas. The contract will be awarded to a single provider on a lot-by-lot basis with the highest scoring bidders being awarded the individual lots.
The contract will be awarded via three (3) lots on a geographical basis. The three (3) lots will be;
- Lot 1 – Carmarthenshire
- Lot 2 – Pembrokeshire
- Lot 3 - Ceredigion
II.1.5) Estimated total value
Value excluding VAT:
425 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Carmarthenshire
II.2.2) Additional CPV code(s)
71314100
II.2.3) Place of performance
NUTS code:
UKL1
II.2.4) Description of the procurement
- Prince Philip Hospital (SA14 8QF)
- Glangwili General Hospital (SA31 2AF)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract will be renewed at the end of its terms subject to funding being available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
For additional information, please contact lewis.wells2@wales.nhs.uk
Lot No: 2
II.2.1) Title
Pembrokeshire
II.2.2) Additional CPV code(s)
71314100
II.2.3) Place of performance
NUTS code:
UKL1
II.2.4) Description of the procurement
- Withybush General Hospital (SA61 2PZ)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This contract will be renewed at the end of its term via a re-tendering process subject to funding being available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Ceredigion
II.2.2) Additional CPV code(s)
71314100
II.2.3) Place of performance
NUTS code:
UKL1
II.2.4) Description of the procurement
- Bronglais General Hospital (SY23 1ER)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
This contract will be renewed at the end of its term via a re-tendering process subject to funding being available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Five (5) Year Term.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/05/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
22/05/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Further notices will be published when this contract expires.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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.wales/search/search_switch.aspx?ID=140784
(WA Ref:140784)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
18/04/2024