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