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.

03 Contract Award Notice - Successful Supplier(s)

NHS Building for Wales National Supply Chain Partner Framework

  • First published: 10 August 2018
  • Last modified: 10 August 2018

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-055969
Published by:
NHS Wales LHBs & Trusts
Authority ID:
AA20341
Publication date:
10 August 2018
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The NHS Building for Wales National Supply Chain Partner Frameworks will cater for health related capital projects with an estimated construction value of over GBP12 million. CPV: 45000000, 45110000, 45111000, 45111100, 45210000, 45215100, 45215200, 45216000, 45216100, 45216120, 45216125, 71200000, 71210000, 71220000, 71240000, 71250000, 71310000, 71311000, 71312000, 71315000, 71313000, 71318000, 71600000, 71317000, 71317200, 71317210.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS Wales Shared Services Partnership on behalf of Velindre NHS Trust

4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw, Cardiff

Cardiff

CF15 7QZ

UK

E-mail: not@applicable.na

NUTS: UKL

Internet address(es)

Main address: www.etenderwales.bravosolution.co.uk

Address of the buyer profile: www.nawww.nwssp.wales.nhs.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHS Building for Wales National Supply Chain Partner Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The NHS Building for Wales National Supply Chain Partner Frameworks will cater for health related capital projects with an estimated construction value of over GBP12 million.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 224 310 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

45110000

45111000

45111100

45210000

45215100

45215200

45216000

45216100

45216120

45216125

71200000

71210000

71220000

71240000

71250000

71310000

71311000

71312000

71315000

71313000

71318000

71600000

71317000

71317200

71317210

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

The NHS Building for Wales National frameworks will cater for health related capital projects with an estimated construction value of over GBP12m (excluding Value Added Tax).

Initially there will be three National frameworks:-

- Project Manager

- Cost Adviser

- Supply Chain Partner

Upon commencement of the above three frameworks a fourth framework will be procured for Supervisor.

It is intended that there will be four organisations appointed to each

framework discipline i.e.

- four organisations for Project Manager (plus one reserve)

- four organisations for Cost Adviser (plus one reserve)

- four organisations for Supply Chain Partner

Each Supply Chain is required to be made up of the following disciplines:-

- One Constructor

- Two Architects

- Two Civil and Structural Engineers

- Two Building Services Engineers

- Two Building Services Installers - each covering both Electrical and

Mechanical installation

The Constructor will be required to undertake the role of Principal Designer, Principal Contractor and Designer under the CDM 2015 Regulations.

All National Frameworks will adopt the NEC3 suite of contracts.

The frameworks will be procured on the basis of an

initial four year contract with the option to extend by up to two years.

The frameworks will be procured and managed by NWSSP-Specialist Estates Services on behalf of the NHS in Wales.

Velindre NHS Trust will sign the framework agreements with the successful bidders as sponsor of the frameworks.

Contracts for specific projects will be subject to mini-competition between

the successful bidders on each of the Frameworks.

Contracts for specific projects which are let under the frameworks will be

entered into between the successful bidders and the individual NHS Local

Health Boards or Trusts responsible for the project. It will be open to all

NHS Local Health Boards or Trusts in Wales (and also any other NHS

bodies that may exist in Wales during the life of the framework, the

Welsh Government, and any other Welsh public bodies who wish to

develop facilities jointly or in collaboration with the NHS) to let contracts

under these frameworks for the duration of the frameworks.

Please refer to the Memorandum of Information on

etenderwales.bravosolution.co.uk for further detail and information.

This Contract Notice relates to the appointment of Supply Chain Partner

Services for the National Framework.

Candidates are reminded that the issue of documents from NWSSP-SES

does not commit NWSSP-SES, Velindre NHS Trust, or any Local Health

Board or NHS Trust in Wales to:

* Proceed with the appointment of Candidates to this Framework

Agreement;

* Award any subsequent contract for individual projects pursuant to this

Framework Agreement.

Neither NWSSP-SES, Velindre NHS Trust, or any NHS Local Health Board

or Trust in Wales, nor any of their advisers shall be liable for any

expenses incurred by the candidates in connection with the tender

process either for this Framework Agreement or any subsequent contract

pursuant to this Framework Agreement.

NHS Wales is committed to contributing to the social, economic and

environmental well-being of the wider community. Accordingly, while the

requirement to do so will not be part of the award criteria for this tender,

the successful contractor will be expected to consider opportunities to

recruit and train long term economically inactive persons as part of the

workforce delivering this project, and contractual obligations and/or

performance indicators may be introduced to this effect.

II.2.5) Award criteria

Quality criterion: Supply Chain Partner / Weighting: 30%

Quality criterion: Building Services Installer A / Weighting: 11%

Quality criterion: Building Services Installer B / Weighting: 11%

Quality criterion: Architect A / Weighting: 8%

Quality criterion: Architect B / Weighting: 8%

Quality criterion: Building Services Engineer A / Weighting: 8%

Quality criterion: Building Services Engineer B / Weighting: 8%

Quality criterion: Civil and Structural Engineer A / Weighting: 8%

Quality criterion: Civil and Structural Engineer B / Weighting: 8%

Price / Weighting:  30%

II.2.11) Information about options

Options: Yes

Description of options:

There will be an option at the Contracting Authority’s discretion to extend the framework by a period of up to 2 years (including multiple extensions of any duration but which are cumulatively no greater than 2 years).

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2016/S 213-387465

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/07/2018

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

BAM Construction Ltd

387 Newport Road

Cardiff

CF24 1TP

UK

Telephone: +44 2920488811

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

INTERSERVE CONSTRUCTION LTD

INTERSERVE CONSTRUCTION LTD, 138 Heol-y-Gors Cwmbwrla

SWANSEA

SA5 8LT

UK

Telephone: +44 1792464001

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Kier Construction Limited

Conway House, St. Mellons Business Park, Fortran Road

Cardiff

CF3 0EY

UK

Telephone: +44 7773036673

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

Willmott Dixon Construction Limited

32 Cathedral Road

Cardiff

CF11 9UQ

UK

Telephone: +44 2920221002

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

VINCI Construction UK Limited (IHP Consortium member - reserve contractor)

Astral House, Imperial Way

Watford

WD24 4WW

UK

Telephone: +44 1923470472

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Sir Robert McAlpine Limited (IHP Consortium member - reserve contractor)

Eaton court , Maylands Ave

Hemel Hempstead

HP2 7TR

UK

Telephone: +44 7595654991

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 224 310 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Due to external factors in the construction sector it has been decided to increase the resilience and maintain the competitiveness of this framework arrangement by appointing one reserve contractor in addition to the four contractors who were successful in being appointed to the framework. In normal circumstances, the reserve contractor will not be entitled to bid for Call-Off Contracts to be awarded under the framework. In line with the objective of providing resilience and maintaining competition, the reserve contractor will only be entitled to tender where one or more of the four appointed contractors does not bid or is unable to bid. This could apply, for example, where one or more contractors –

- declines to bid or withdraws its bid;

- is unable to bid because of a conflict of interest or force majeure;

- has been suspended from the framework for any of the reasons set out in the Framework Agreement; or

- has been served with notice of termination under the Framework Agreement due to e.g. insolvency or serious breach of

contract.

Therefore, in accordance with the original tender documents, the number of contractors on the framework who are entitled to bid for Call-Off Contracts will never be greater than four at any one time.

(WA Ref:79314)

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

N/A

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

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 in accordance with the Public Contracts Regulations 2015

VI.5) Date of dispatch of this notice

08/08/2018

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
71210000 Advisory architectural services Architectural and related services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
45210000 Building construction work Works for complete or part construction and civil engineering work
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
71315000 Building services Consultative engineering and construction services
71311000 Civil engineering consultancy services Consultative engineering and construction services
45000000 Construction work Construction and Real Estate
45216120 Construction work for buildings relating to emergency services Construction work for buildings relating to law and order or emergency services and for military buildings
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45216100 Construction work for buildings relating to law and order or emergency services Construction work for buildings relating to law and order or emergency services and for military buildings
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45215200 Construction work for social services buildings Construction work for buildings relating to health and social services, for crematoriums and public conveniences
71310000 Consultative engineering and construction services Engineering services
45111100 Demolition work Demolition, site preparation and clearance work
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45216125 Emergency-services building construction work Construction work for buildings relating to law and order or emergency services and for military buildings
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71317000 Hazard protection and control consultancy services Consultative engineering and construction services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection 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
100 UK - All
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:
04 November 2016
Deadline date:
21 December 2016 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales LHBs & Trusts
Publication date:
10 November 2016
Notice type:
14 Corrigendum
Authority name:
NHS Wales LHBs & Trusts
Publication date:
25 November 2016
Notice type:
14 Corrigendum
Authority name:
NHS Wales LHBs & Trusts
Publication date:
10 August 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
NHS Wales LHBs & Trusts

About the buyer

Main contact:
not@applicable.na
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.