Tender

Inspection, testing and maintenance of Building Management System (BMS)

WEST LONDON NHS TRUST

This public procurement record has 1 release in its history.

Tender

22 Nov 2021 at 10:45

Summary of the contracting process

The procurement process initiated by the West London NHS Trust is currently active and pertains to the "Inspection, testing and maintenance of Building Management System (BMS)" contract. This service contract, valued at £330,000, falls under the health and social work services category and is located in London, with delivery addresses across several regions in the UK. The tender period concludes on 10 January 2022, and the contract is expected to commence on 4 April 2022, lasting until 3 April 2025. This procurement is being conducted through a selective method, specifically a restricted procedure, emphasising quality and price in its award criteria.

This opportunity offers significant potential for businesses in the facilities management and engineering services sectors, particularly those with expertise in building management systems and preventive maintenance. Companies that employ qualified engineers trained in BMS technology, especially TREND systems, will be particularly well-positioned to bid for this contract. The requirement for a proactive maintenance approach and the provision of a 24-hour breakdown service presents avenues for businesses to showcase their reliability and technical capabilities, thereby fostering growth within the public sector landscape.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Inspection, testing and maintenance of Building Management System (BMS)

Notice Description

The works comprise of the inspection and maintenance of building management system, for all equipment in the Trust's asset register , in line with manufacturers' recommendations, governing regulations and best practice guidance including but limited to the checklist identified in the specification.

Lot Information

Lot 1

The requirements shall encourage the Contractor to provide a pro-active approach to preventative and reactive maintenance of the Trust building management systems. The Contractor shall directly employ, on this Contract, only engineers fully trained, qualified (including but not limited to on TREND systems) and of sufficient breadth of experience to cope with the level of expertise which will be required in inspecting, monitoring, testing, servicing and maintaining units and systems of different design and manufacture. The Contractor shall issue a pre-agreed work programme to the Contract Administrator and any alterations to these agreed dates should be made with the Contract Administrator or his nominated representative. Two-operatives working shall be used where appropriate and necessary for the delivery of this contract. If contractor is advising one operative working when carrying out servicing, contractor shall provide generic minimum risk assessment and method statement for lone working. The Contractor shall only provide directly employed operatives to execute the requirements of this contract and shall not sub-contract the Works nor use operatives provided by third parties, without the prior approval of the Contract Administrator. The Contractor shall insure they are familiar with all items of assets highlighted in Attachment B below. Any additional training required to carry out the servicing and repair of the plant shall be covered at the contractors' expense. The Contractor is: - To produce a risk assessment and method statement produced before the work commences. Personal protective equipment (PPE) may be required - To produce defects reports and send to the Trust authorised officers within 1 working day from the time the issues are noticed. The Contractor will be expected to include: All service kits, consumable parts, cleaning chemicals and other necessary materials deemed necessary to meet the manufacturer's service recommendations for each asset. All technical and associated administrative actions intended to maintain the equipment and systems in a condition where they can perform their required function (including materials except where explicitly advised to report and obtain authorisation from to the Trust Authorised Officer to progress with repair) The scope of works outlined in Attachment C should be undertaken as minimum requirements and where manufacturer's instructions exceed the requirements in Attachment C, they shall be adhered to in their entirety. It is the Contractors' responsibility to observe the on-going condition of the equipment with regard to safe, correct operation and control. The Contractor shall bring to the attention of the Trust any specific areas where periodic checking, testing and adjustment exceeds or fail normal provisions for equipment of the age and type installed. When the need for adjustment, repairs and replacement are identified during the course of maintenance inspections the Contractor shall undertake the necessary works in accordance with the requirements of this contract terms and specification. All additional cost for remedial repairs, deemed to be outside the scope of works of this contract, must be brought to the attention of the Contract Administrator or his nominated representatives before being carried out. Spares or replacement parts utilised on the contract for the control of building management system shall be of TREND make. Any deviation from this make shall be upon the authorisation of the Trust contract administrators. The Contractor shall ensure that they source all materials at the most competitive rates currently available to ensure best value at all times. Utilised spares on the contract are to be charged at the declared mark-up rates from paid wholesale prices and installed utilising the agreed labour rates. The Contractor shall be required to provide a 24 hour breakdown service, 365 days per annum. The Call Out is to be covered as soon as possible and the operative attending must be on site within same day if call out request is logged same day AM, whilst attending next day AM if call out request is logged during PM. The contractor may be required to respond and attend site within 4 hours for emergency callout request for full system failure or as determined by the Authority. If the Authority is to proceed with pricing schedule option 3, option 4, option 5 or a combination the contractor nominated engineer is expecting to be in attendance on the agreed day/s in line with the working hours stipulated in section 1.2.15 for 52 weeks per annum. The contract shall make the necessary arrangement for alternative cover during their nominated engineer planned or unplanned absences / leave.

Options: A further 2 periods of 12 months extension option

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02f8c3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029012-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£330,000 £100K-£500K
Lots Value
£330,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Nov 20214 years ago
Submission Deadline
10 Jan 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
3 Apr 2022 - 3 Apr 2025 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WEST LONDON NHS TRUST
Contact Name
Mr Nana Sarfo-Tawiah
Contact Email
nana.sarfo-tawiah@nhs.net
Contact Phone
+44 2075045112

Buyer Location

Locality
LONDON
Postcode
UB2 4SA
Post Town
Southall
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI7 Outer London - West and North West
Small Region (ITL 3)
TLI73 Ealing
Delivery Location
TLI3 Inner London - West, TLI7 Outer London - West and North West, TLJ1 Berkshire, Buckinghamshire and Oxfordshire

Local Authority
Ealing
Electoral Ward
Norwood Green
Westminster Constituency
Ealing Southall

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02f8c3-2021-11-22T10:45:11Z",
    "date": "2021-11-22T10:45:11Z",
    "ocid": "ocds-h6vhtk-02f8c3",
    "initiationType": "tender",
    "tender": {
        "id": "DN583237",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Inspection, testing and maintenance of Building Management System (BMS)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "The works comprise of the inspection and maintenance of building management system, for all equipment in the Trust's asset register , in line with manufacturers' recommendations, governing regulations and best practice guidance including but limited to the checklist identified in the specification.",
        "value": {
            "amount": 330000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The requirements shall encourage the Contractor to provide a pro-active approach to preventative and reactive maintenance of the Trust building management systems. The Contractor shall directly employ, on this Contract, only engineers fully trained, qualified (including but not limited to on TREND systems) and of sufficient breadth of experience to cope with the level of expertise which will be required in inspecting, monitoring, testing, servicing and maintaining units and systems of different design and manufacture. The Contractor shall issue a pre-agreed work programme to the Contract Administrator and any alterations to these agreed dates should be made with the Contract Administrator or his nominated representative. Two-operatives working shall be used where appropriate and necessary for the delivery of this contract. If contractor is advising one operative working when carrying out servicing, contractor shall provide generic minimum risk assessment and method statement for lone working. The Contractor shall only provide directly employed operatives to execute the requirements of this contract and shall not sub-contract the Works nor use operatives provided by third parties, without the prior approval of the Contract Administrator. The Contractor shall insure they are familiar with all items of assets highlighted in Attachment B below. Any additional training required to carry out the servicing and repair of the plant shall be covered at the contractors' expense. The Contractor is: - To produce a risk assessment and method statement produced before the work commences. Personal protective equipment (PPE) may be required - To produce defects reports and send to the Trust authorised officers within 1 working day from the time the issues are noticed. The Contractor will be expected to include: All service kits, consumable parts, cleaning chemicals and other necessary materials deemed necessary to meet the manufacturer's service recommendations for each asset. All technical and associated administrative actions intended to maintain the equipment and systems in a condition where they can perform their required function (including materials except where explicitly advised to report and obtain authorisation from to the Trust Authorised Officer to progress with repair) The scope of works outlined in Attachment C should be undertaken as minimum requirements and where manufacturer's instructions exceed the requirements in Attachment C, they shall be adhered to in their entirety. It is the Contractors' responsibility to observe the on-going condition of the equipment with regard to safe, correct operation and control. The Contractor shall bring to the attention of the Trust any specific areas where periodic checking, testing and adjustment exceeds or fail normal provisions for equipment of the age and type installed. When the need for adjustment, repairs and replacement are identified during the course of maintenance inspections the Contractor shall undertake the necessary works in accordance with the requirements of this contract terms and specification. All additional cost for remedial repairs, deemed to be outside the scope of works of this contract, must be brought to the attention of the Contract Administrator or his nominated representatives before being carried out. Spares or replacement parts utilised on the contract for the control of building management system shall be of TREND make. Any deviation from this make shall be upon the authorisation of the Trust contract administrators. The Contractor shall ensure that they source all materials at the most competitive rates currently available to ensure best value at all times. Utilised spares on the contract are to be charged at the declared mark-up rates from paid wholesale prices and installed utilising the agreed labour rates. The Contractor shall be required to provide a 24 hour breakdown service, 365 days per annum. The Call Out is to be covered as soon as possible and the operative attending must be on site within same day if call out request is logged same day AM, whilst attending next day AM if call out request is logged during PM. The contractor may be required to respond and attend site within 4 hours for emergency callout request for full system failure or as determined by the Authority. If the Authority is to proceed with pricing schedule option 3, option 4, option 5 or a combination the contractor nominated engineer is expecting to be in attendance on the agreed day/s in line with the working hours stipulated in section 1.2.15 for 52 weeks per annum. The contract shall make the necessary arrangement for alternative cover during their nominated engineer planned or unplanned absences / leave.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Price",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 330000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-04-04T00:00:00+01:00",
                    "endDate": "2025-04-03T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "A further 2 periods of 12 months extension option"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI3"
                    },
                    {
                        "region": "UKI7"
                    },
                    {
                        "region": "UKJ1"
                    }
                ],
                "deliveryLocation": {
                    "description": "St. Bernard's Site Broadmoor Site"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2022-01-10T14:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-35294",
            "name": "West London NHS Trust",
            "identifier": {
                "legalName": "West London NHS Trust"
            },
            "address": {
                "streetAddress": "1 Armstrong Way",
                "locality": "London",
                "region": "UKI3",
                "postalCode": "UB2 4SA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Nana Sarfo-Tawiah",
                "telephone": "+44 2075045112",
                "email": "nana.sarfo-tawiah@nhs.net",
                "url": "https://procontract.due-north.com"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "http://www.westlondon.nhs.uk",
                "buyerProfile": "http://www.westlondon.nhs.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "NHS Trust"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "telephone": "+44 2083548892",
                    "email": "Selomon.Andu@westlondon.nhs.uk"
                }
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-35294",
        "name": "West London NHS Trust"
    },
    "language": "en"
}