Contract notice
Section I: Contracting
authority
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
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 Regional Supply Chain Partner Frameworks will cater for health related capital projects with an estimated construction value of over GBP12 million.
II.1.5) Estimated total value
Value excluding VAT:
224 310 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
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
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:
224 310 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
24 months
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 7
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
AS per the PQQ
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.2.3) 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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/12/2016
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
24/04/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Suppliers Instructions How to express Interest in this Tender.
1. Register your company on the eTenderwales portal (this is only required once, you are not required to register if you have done so for any previous opportunities on etenderwales).
- Browse to the eSourcing Portal: www.etenderwales.bravosolution.co.uk
- Click the "Click here to register" link - Accept the terms and conditions and click "continue"
- Enter your correct business and user details
- Note the username you chose and click "Save" when complete
- You will shortly receive an e-mail with your unique password (please keep this secure.)
2. Express an Interest in the tender
- Login to the portal with the username/password
- Click to expand Projects (P) in the navigation bar on the left of the screen and then PQQ and “PQQ’s Open to all Suppliers”
(These are Pre-Qualification Questionnaires open to any registered supplier)
- Click on the relevant PQQ to access the content (National Supply Chain Partner - code reference pqq_32217)
- Click the "Express Interest" button
- This will move the PQQ into your "My PQQs" page. (This is a secure area reserved for your projects only)
- Click on the PQQ code, you can now access any attachments by clicking on the paper clip icon against the relevant questions.
3. Responding to the tender
- You can now choose to "Create Response" or "Decline to Respond" (please give a reason if Declining)
- You can now use the "Messages" function to communicate with the buyer and seek any clarification
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available)
If you require any further assistance use the online help, or the BravoSolution help desk is available Mon - Fri (8am - 6pm) on:
E-mail: help@bravosolution.co.uk
Phone: 0800 368 4850
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
Refer to contract
(WA Ref:55969)
VI.4) Procedures for review
VI.4.1) Review body
NHS Wales Shared Service Partnership on behalf of Velindre NHS Trust
4-5 Charwood Court, Heol Billingsley, Parc Nantgarw, Cardiff
Cardiff
CF15 7QZ
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will observe a 10 calendar day period at the end of the PQQ stage. Candidates will be provided with information sufficient to enable them to understand the basis of their exclusion at the end of PQQ stage.
The contracting authority requests that any applicant who is unsuccessful at PQQ stage and does not understand the reasons for the failure to be invited to tender to contact the Contracting Authority at this time and not wait until the end of the Alcatel period. Candidates are reminded that this is the date upon which they will have become aware of the decision of the Contracting Authority to exclude them.
The contracting authority will allow a minimum 10 calendar day standstill
period between notifying the award decision and awarding the contract.
Unsuccessful tenderers 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 tenderer/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 in accordance with the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
02/11/2016