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 1745366807
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
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:
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-OJEU-44472 Construction Contractor Framework for BCUHB & WAST
Reference number: BCU-OJEU-44472
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
NHS Wales Shared Services Partnership acting on behalf of Betsi Cadwaladr University Health Board (BCUHB) and the Welsh Ambulance Services NHS Trust (WAST) is seeking to appoint construction contractors for the development of a Framework Agreement to support the respective capital development plans.
It is the intention to appoint suitable contractors for all construction projects with a value of less than GBP 4million. In order to address the range of projects undertaken by BCUHB and WAST, and to optimise the balance of strategic co-ordination and local implementation, consideration has been given to establishing a range of framework lots based upon value and location. The contracts will be split into three areas:
East (Wrexham & Flintshire), Central (Denbighshire & Conwy) and West (Gwynedd & Anglesey) with a measured contract covering the value for GBP 5,000-300,000.
It is intended to appoint one primary contractor and one reserve contractor for each of the measured term contract lots (Lots 1-3).
Lots 4-6 will appoint multiple contractors for construction works between GBP 300,000-4,000,000 for each geographical Lot. These multiple contractor Lots will be subject to further competition for the award of contracts.
The measured term contracts across the three geographical lots for values from GBP 5,000 to 300,000 GBP will be applicable to BCUHB only.
The multiple supplier lots subject to further competition are applicable to both BCUHB and WAST.
II.1.5) Estimated total value
Value excluding VAT:
40 000 000.00
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
East GBP 5K-300K
II.2.2) Additional CPV code(s)
45000000
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Flintshire & Wrexham, North Wales
II.2.4) Description of the procurement
Appoint a Primary contractor and a Reserve contractor for measured term contracts for construction projects of value GBP 5,000 to 300,000
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB only
Lot No: 2
II.2.1) Title
Central GBP 5K-300K
II.2.2) Additional CPV code(s)
45000000
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Conwy & Denbighshire, North Wales
II.2.4) Description of the procurement
Appoint a Primary contractor and a Reserve contractor for measured term contracts for construction projects of value GBP 5,000 to 300,000
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB only
Lot No: 3
II.2.1) Title
West GBP 5K-300K
II.2.2) Additional CPV code(s)
45000000
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Anglesey & Gwynedd
II.2.4) Description of the procurement
Appoint a Primary contractor and a Reserve contractor for measured term contracts for construction projects of value GBP 5,000 to 300,000
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB only
Lot No: 4
II.2.1) Title
East > GBP 300K-1million
II.2.2) Additional CPV code(s)
45000000
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Flintshire & Wrexham, North Wales
II.2.4) Description of the procurement
Multiple contractor framework lot for construction projects of value >GBP 300,000 to 1million
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB & WAST
Lot No: 5
II.2.1) Title
Central > GBP 300K-1million
II.2.2) Additional CPV code(s)
45000000
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Conwy & Denbighshire, North Wales
II.2.4) Description of the procurement
Multiple contractor framework lot for construction projects of value > GBP 300,000 to 1million
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB & WAST
Lot No: 6
II.2.1) Title
West >GBP 300K-1million
II.2.2) Additional CPV code(s)
45210000
45000000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Anglesey & Gwynedd, North Wales
II.2.4) Description of the procurement
Multiple contractor framework lot for construction projects of value >GBP 300,000 to 1million
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB & WAST
Lot No: 7
II.2.1) Title
East >GBP 1million-4million
II.2.2) Additional CPV code(s)
45000000
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Flintshire & Wrexham
II.2.4) Description of the procurement
Multiple contractor frameWork lot for construction projects of value >GBP 1million to 4million
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB & WAST
Lot No: 8
II.2.1) Title
Central >GBP 1million-4million
II.2.2) Additional CPV code(s)
45000000
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Conwy & Denbighshire, North Wales
II.2.4) Description of the procurement
Multiple contractor framework lot for construction projects of value >GBP 1million to GBP 4million
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB & WAST
Lot No: 9
II.2.1) Title
West >GBP 1million-4million
II.2.2) Additional CPV code(s)
45000000
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Anglesey & Gwynedd, North Wales
II.2.4) Description of the procurement
Multiple contractor framework lot for construction projects of value >GBP 1million to GBP 4million
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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:
Optional 12 month extension
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 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
II.2.14) Additional information
This lot is applicable for BCUHB & WAST
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
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: 30
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:
2020/S 141-348119
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/04/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
07/05/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
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
This procurement is being advertised on Sell2Wales and in the Official Journal Of European Union and directs all interested contractors to the tendering platform at
www.etenderwales.bravosolution.co.uk
All documents are available via this tendering platform.
Please ensure you are registered at this web address to be able to access the documents
Search reference pqq_33014
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=103756
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:
Apprenticeships
College / school days
Local workforce where qualified to reduce travel miles
(WA Ref:103756)
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
23/03/2021