Publication Date: 20/02/2025

Deadline Date: 26/03/2025

Reference: TKR-20250220-FTS-29506527

Value of Contact: Check Contract

Estimated Annual Value: Check Contract

Type of Procedure: Services Contract

Nature of Procurement: Invitation to tender (contract notice)

Description:

The procurement documents are available for unrestricted and full direct access, free of charge,at:https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from:

the above mentioned address
Tenders or requests to participate must be submitted:

electronically via:https:
//etenderwales.bravosolution.co.uk/web/login.shtml
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:Swimming Pool Maintenance

Reference number:
CAV-OJEU-PROJECT_58642
II.1.2) Main CPV code:50000000
II.1.3) Type of contract:Services
II.1.4) Short description
Cardiff and Vale University Health Board (CVUHB) have three swimming pools
located across three hospital sites:
University Hospital Wales, Llandough Hospital
and Rookwood. The requirement includes annual inspection, testing, maintenance
and cleaning of the swimming pools and equipment
II.1.6) Information about lots
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
Region code: UK
II.2.4) Description of the procurement:
Cardiff and Vale University Health Board (CVUHB) have three swimming pools
located across three hospital sites:
University Hospital Wales, Llandough Hospital
and Rookwood. The requirement includes annual inspection, testing, maintenance
and cleaning of the swimming pools and equipment
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal:
yes
Description of renewals:

36 month initial contract period with a 24 month extension option
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

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the 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: 2025-03-26 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.5) Scheduled date for start of award procedures:
2025-03-26
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2025-03-26 Local time: 16:00

Section VI: Complementary information

VI.1) Information about recurrence:
This is a recurrent procurement:
no
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:
Please note additional information on this procurement:

1. 
The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
2. 
Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.
3. 
The Contracting Authority will not accept completed ITT’s after the stated closing date.
4. 
All documents to be priced (where applicable) in sterling and all payments made in sterling.
5. 
All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
6. 
Prospective suppliers should note that NHS Shared Services Partnership – Procurement Services is acting on behalf of Cardiff and Vale University Local Health Board.
NOTE:
The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=148297
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Social Value Questions:

– Foundational Economy
– WBFGA
– Decarbonisation
(WA Ref:
148297)
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address:
Royal Courts of Justice, The Strand
Town:
London
Postal code:
WC2A 2LL
Country
:
United Kingdom
Telephone:
+44 2079477501
VI.5) Date of dispatch of this notice:2025-02-20

Awarding Authority:

Official name: NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust) Postal Address: Woodland House, Maes-y-Coed Road Town: Cardiff Postal Code: CF14 4HH Country: United Kingdom Contact Person: Lily Prance Telephone: +44 2921500642 Email: [email protected] 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