By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Hard Facilities Management Service Provider with elements of Soft FM (Provision of A).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NHS Wales Procurement Services
Residences Block A, Neath Port Talbot Hospital, Baglan Way
Contact point(s): Maintenance Team
For the attention of: Graeme Morris
SA12 7BX Port Talbot
UNITED KINGDOM
Telephone: +44 1639684417
E-mail:

Internet address(es):

General address of the contracting authority: http://www.procurement.wales.nhs.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

Electronic access to information: www.etenderwales.bravosolution.co.uk

Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: 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)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Welsh Blood Service (various locations).

NUTS code UKL

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
This Contract Notice is for the provision of a Hard and 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. 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.
1. The Welsh Blood Service HQ, Ely Valley Road, Pontyclun, CF72 9NL,
2. The Welsh Blood Service, Unit 4 Lanelli Gate Business Park, Dafen, Llanelli, SA14 8LQ,
3. The Welsh Blood Service, Unit 30 Llandegai Industrial Estate, Bangor, Gwynedd, LL57 4YH,
4. The Welsh Blood Service, Pembroke House, Ellice Way Wrexham Technology Park, Wrexham, LL13 7YT.

Note: The Authority is using e-Tenderwales 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)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will 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.
Estimated value excluding VAT: 350 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option of additional 12 months + 12 months extension.
Provisional timetable for recourse to these options:
in months: 33 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be set out in the Tender Documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
None specified saved that in the case of consortia or other grouping of more than 1 legal entity, 1 party must act as prime contractor.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 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 ability
Minimum level(s) of standards possibly required: As set out initially in the PQQ and then Tender Documentation.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
As set out initially in the PQQ and then Tender Documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
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 should 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 e-Tendering 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
VI.4.2)Lodging of appeals

Precise information on deadline(s) for lodging 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)Date of dispatch of this notice:
7.8.2015