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.

02 Contract Notice

BCU Construction Consultancy Framework

  • First published: 21 September 2018
  • Last modified: 21 September 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-085384
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
21 September 2018
Deadline date:
22 October 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 4,000,000 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 4,000,000 GBP from feasibility to completion. 3. CDM Co-Ordinator to support client duties. CPV: 71530000, 71000000, 71200000, 71210000, 71220000, 71221000, 71223000, 71222000, 71240000, 71250000, 71251000, 71400000, 71420000, 71250000, 71251000, 71315300, 71322100, 71324000, 71317210, 79417000, 90721000, 71313410.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership

Alder House, Alder Court, St.Asaph Business Park

St.Asaph

LL17 0JL

UK

Telephone: +44 1745448400

E-mail: ian.emptage@wales.nhs.uk

NUTS: UK

Internet address(es)

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

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:

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

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

BCU Construction Consultancy Framework

Reference number: T.0720

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 4,000,000 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

4,000,000 GBP from feasibility to completion.

3. CDM Co-Ordinator to support client duties.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  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

Design Team

II.2.2) Additional CPV code(s)

71000000

71200000

71210000

71220000

71221000

71223000

71222000

71240000

71250000

71251000

71400000

71420000

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

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Described in procurement documents

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

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 to completion.

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Described in the procurement documents

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

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

Envisaged number of candidates: 5

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

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: 3

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: 22/10/2018

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 26/11/2018

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

Refer to procurement documents

Instructions to suppliers

The deadline for submission of the completed Pre Qualification Questionnaire ("PQQ") is 12:00hrs 22nd October 2018.

The Contracting Authority will not accept requests for or to submit "PQQs" after this date.

Bidders who access the "PQQ" will be provided with the Information & Scoring Methodology document and all associated documents.

To access the PQQ, suppliers must register with:

www.etenderwales.bravosolution.co.uk

The etenderWales Reference Numbers for the three Lots within the PQQ are:

Lot 1 Design Team: pqq_32590

Lot 2 Cost Advisor: pqq_32591

lot 3 CDM Advisor: pqq_32592

All PQQ/tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.

The Contracting Authority reserves the right to award the contract in whole or in part, or anul the tendering process and not award any contract.

Tender Reference Number: T.0720

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=85384

(WA Ref:85384)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

NHS Wales Shared Services Partnership

Alder House, Alder Court

St.Asaph

LL17 0JL

UK

Telephone: +44 1745448400

Internet address(es)

URL: http://www.procurement.wales.nhs.uk

VI.5) Date of dispatch of this notice

19/09/2018

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71223000 Architectural services for building extensions Architectural design services
71221000 Architectural services for buildings Architectural design services
71222000 Architectural services for outdoor areas Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
71315300 Building surveying services Building services
71530000 Construction consultancy services Construction-related services
90721000 Environmental safety services Environmental protection
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71420000 Landscape architectural services Urban planning and landscape architectural services
71324000 Quantity surveying services Engineering design services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
79417000 Safety consultancy services Business and management consultancy services
71400000 Urban planning and landscape architectural services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham
1012 Gwynedd
1011 Isle of Anglesey

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:
21 September 2018
Deadline date:
22 October 2018 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
15 July 2019
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:
ian.emptage@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.