Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Alder House, Alder Court
St Asaph
LL17 0JL
UK
Contact person: Gregg Roberts
E-mail: gregg.roberts@wales.nhs.uk
NUTS: UK
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
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:
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/
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
BCU-OJEU-50718 - BCUHB Construction Consultancy Framework N
Reference number: BCU-OJEU-50718
II.1.2) Main CPV code
71530000
II.1.3) Type of contract
Services
II.1.4) Short description
Betsi Cadwaladr University Health Board requires a flexible contracting arrangement to support the Capital
Development Team. The Health Board aims to appoint suitable consultants to provide support for construction
projects with a value of less than 7 000 000 GBP. The contract will be split into three Lots as described below:
1) Design Team to provide Architectural, Mechanical, Electrical, Structural, Principal Designer and Civil
Engineering Design to facilitate the construction projects for the Health Board. The Design Team would also
include support for BREEAM, ecology and any other specialist services required under the design remit.
2) Cost Advisor to provide support for projects with construction values below
7 000 000 GBP from feasibility to completion.
3) CDM Co-Ordinator to support client duties.
II.1.5) Estimated total value
Value excluding VAT:
6 372 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Design Team
II.2.2) Additional CPV code(s)
71530000
71000000
71200000
71210000
71220000
71221000
71223000
71222200
71240000
71250000
71251000
71400000
71420000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales
II.2.4) Description of the procurement
Lot 1
Design Team to provide Architectural, Mechanical, Electrical, Structural, Principal Designer and Civil
Engineering Design to facilitate the construction projects for the Health Board. The Design Team would also
include support for BREEAM, ecology and any other specialist services required under the design remit.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
Option to extend by a further 12 months
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Lot 2 - Cost Advisor
II.2.2) Additional CPV code(s)
71250000
71251000
71315300
71322100
71324000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales, UK
II.2.4) Description of the procurement
Cost Advisor to provide support for projects with construction values below 4 000 000 GBP from feasibility tocompletion
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
Option to extend by a further 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Lot 3 - CDM Advisor
II.2.2) Additional CPV code(s)
71317210
79417000
90721000
71313410
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
North Wales, UK
II.2.4) Description of the procurement
CDM Advisor to support client duties.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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:
Option to extend for a further 12 months
II.2.9) Information about the limits on the number of candidates to be invited
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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
09/02/2023
Local time: 12:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/02/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2026
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=125417
(WA Ref:125417)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
11/01/2023