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)

Framework Agreement for Healthcare Planning Services for NHS Wales

  • First published: 20 May 2024
  • Last modified: 20 May 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-135725
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
20 May 2024
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

NHS Wales requires the services of suitably qualified Healthcare Planners on a call off basis to include [but not limited to] assisting with a range of requirements around Programme Business Case, Strategic Outline Case development, Outline Business Case development, Business Justification Case, Full Business Case development, Construction phase and Commissioning and Patient and Public Engagement (PPE). Such services being applicable to the development of the estate within NHS Wales. Services are to be provided by means of a 4 year Framework Agreement made available for all NHS Organisations to utilise but principally through the offices of NHS Wales Shared Services Partnership - Specialist Estates Services. CPV: 71540000, 71210000, 71240000, 71241000, 79400000, 79411000, 79411100, 79415200, 79933000, 71540000.

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-Procurement Services (hosted by Velindre University NHS Trust)

4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

UK

Contact person: David Makani

Telephone: +44 1443848585

E-mail: david.makani@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.1) Name and addresses

Aneurin Bevan University Health Board

Pontypool

UK

E-mail: alex.curley@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.nwssp.wales.nhs.uk

I.1) Name and addresses

Betsi Cadwaladr University Health Board

St Asaph

UK

E-mail: simon.whitehead@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.nwssp.wales.nhs.uk

I.1) Name and addresses

Cwm Taf Morgannwg University Health Board

Merthyr Tydfil

UK

E-mail: esther.price2@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.nwssp.wales.nhs.uk

I.1) Name and addresses

Cardiff and Vale University Health Board

Cardiff

UK

E-mail: claire.salisbury@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.nwssp.wales.nhs.uk

I.1) Name and addresses

Hywel Dda University Health Board

Carmarthen

UK

E-mail: gemma.deverill@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.nwssp.wales.nhs.uk

I.1) Name and addresses

Health Education and Improvement Wales

Nantgarw

UK

E-mail: heiw@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://heiw.nhs.wales/

I.1) Name and addresses

Powys Teaching Health Board

Bronllys

UK

E-mail: Simon.Whitehead@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.powysthb.wales.nhs.uk/home

I.1) Name and addresses

Public Health Wales NHS Trust

Cardiff

UK

E-mail: Christine.Thorne@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.wales.nhs.uk/sitesplus/888/home

I.1) Name and addresses

Velindre University NHS Trust

Nantgarw

UK

E-mail: Helen.c.James@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.velindre-tr.wales.nhs.uk/home

I.1) Name and addresses

Welsh Ambulance Services NHS Trust

St Asaph

UK

E-mail: Simon.Whitehead@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.ambulance.wales.nhs.uk/

I.1) Name and addresses

Welsh Government

Cardiff

UK

E-mail: CPSProcurementAdvice@gov.wales

NUTS: UK

Internet address(es)

Main address: http://wales.gov.uk/?skip=1&lang=en

I.1) Name and addresses

Swansea Bay University Health Board

Port Talbot

UK

E-mail: keir.warner@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://sbuhb.nhs.wales/

I.1) Name and addresses

NHS Executive for Wales

Cardiff

UK

E-mail: TBCcustomerhelp@gov.wales

NUTS: UK

Internet address(es)

Main address: https://www.wales.nhs.uk/TBC

I.1) Name and addresses

Welsh Health Specialised Services Committee (WHSSC)

Caerphilly

UK

E-mail: esther.price2@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.nwssp.wales.nhs.uk

I.2) Joint procurement

The contract involves joint procurement

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

Framework Agreement for Healthcare Planning Services for NHS Wales

Reference number: ITT 106644/ PRO-OJEULT-54798

II.1.2) Main CPV code

71540000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Wales requires the services of suitably qualified Healthcare Planners on a call off basis to include [but not limited to] assisting with a range of requirements around Programme Business Case, Strategic Outline Case development, Outline Business Case development, Business Justification Case, Full Business Case development, Construction phase and Commissioning and Patient and Public Engagement (PPE). Such services being applicable to the development of the estate within NHS Wales.

Services are to be provided by means of a 4 year Framework Agreement made available for all NHS Organisations to utilise but principally through the offices of NHS Wales Shared Services Partnership - Specialist Estates Services.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 6 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

71210000

71240000

71241000

79400000

79411000

79411100

79415200

79933000

71540000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

All Wales

II.2.4) Description of the procurement

NHS Wales Shared Services Partnership Procurement Services on behalf of the Health Boards in Wales are seeking to establish a Framework Agreement for the provision of Healthcare Planning services to support NHS Capital Estates and Facilities department to call off a wide range of services to enable their future strategic direction and to support the preparation of business cases. The Framework will cover a range of services:

- Whole system strategic healthcare planning prior to strategic outline case.

- Organisational statistical analysis and scenario planning.

- Organisational capacity planning.

- Model of care development.

- Contribution to Health Board/Trust service and estate strategy.

- Project specific statistical activity analysis and scenario planning.

- Project specific capacity planning.

- Business case writing.

- Brief preparation.

- Functional content preparation.

- Schedules of accommodation.

- Activity Database (ADB) room data sheets preparation.

- Whole hospital and departmental operational policies.

- Equipment scheduling.

- 1:500, 1:200 and 1:50 scale drawing reviews.

- User group management/training.

- Planning for post project evaluation.

- Change management, service modernisation and commissioning.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60%

Price / Weighting:  40%

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-032974

Section V: Award of contract

Contract No: ITT 106644/ PRO-OJEULT-54798

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/04/2024

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 13

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

V.2.3) Name and address of the contractor

AA Projects Ltd

Jackson House, Sibson Road Sale

Manchester

M337RR

UK

Telephone: +44 1619737410

Fax: +44 1619736193

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Adcuris Consulting Ltd

Belmont House, Shrewsbury Business Park

Shrewsbury

SY26LG

UK

Telephone: +44 7971622069

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Archus

101 Victoria Street

Bristol

BS16PU

UK

Telephone: +44 7796121112

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Buchan + Associates

127 Sinclair Street

Helensburgh

G849AT

UK

Telephone: +44 7714677611

NUTS: UKM

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

currie & brown UK limited

unit 9, 1st floor, castleton court

cardiff

CF30LT

UK

Telephone: +44 7971002151

NUTS: UKL

The contractor is an SME: No

V.2.3) Name and address of the contractor

gbpartnerships Limited

9th Floor Cobalt Square, 83 - 85 Hagley Road

Birmingham

B168QG

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

IBI Group (UK) Limited

Dantzic Building, Fourth Floor, Dantzic Street

Manchester

M42AL

UK

Telephone: +44 2070799900

Fax: +44 2070799901

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Mott MacDonald

8-10 Sydenham Road

Croydon

CR02EE

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pace-XL

20-22 Wenlock Street

London

N1 7GU

UK

Telephone: +44 7961558087

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Strategic Healthcare Planning LLP

TTC House, Hadley Park

Telford

TF16QJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The PSC (a trading name of The Public Service Consultants Limited)

45 Pall Mall, 52 Horseferry Road

London

SW1Y5JG

UK

Telephone: +44 2039652033

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Lexica

2nd floor India House, 45 Curlew Street

London

SE12ND

UK

Telephone: +44 2039763000

NUTS: UKI44

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Martin James Medical

St Piran House, Heron Way

Truro

TR12XN

UK

Telephone: +44 1872226770

NUTS: UKK30

The contractor is an SME: Yes

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

Total value of the contract/lot: : 6 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

3.1 Services may be called off for some service elements and/or any combination of the business case stages attached and will be defined on a commission by commission basis by the organisation calling off from the Framework Agreement. This may be in the form of either;

(i) a direct award where there will be a cascade approach adopted. That is, that an order for the Services will always be awarded to the Framework Supplier that scored highest in the Authority's evaluation to appoint them to the Framework Agreement. If more than one Supplier is appointed to the Framework Agreement, the second highest scoring Framework Supplier will only be eligible to receive Orders for the Services if the highest scoring Framework Supplier cannot fulfill the requirements of the Order. This will be cascaded to the third, fourth highest scorer, etc. if the higher scorer is unable to fulfill the requirements of the order.

(ii) a mini competition between providers or, where determinable, the most economically advantageous offer based on the provider's submissions to this Framework Agreement

(WA Ref:140417)

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

20/05/2024

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71240000 Architectural, engineering and planning services Architectural and related services
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79411100 Business development consultancy services General management consultancy services
71540000 Construction management services Construction-related services
79415200 Design consultancy services Production management consultancy services
79933000 Design support services Specialty design services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
79411000 General management consultancy services Business and management consultancy 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
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:
07 November 2023
Deadline date:
11 December 2023 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
20 May 2024
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
david.makani@wales.nhs.uk
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.