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

New Velindre Cancer Centre MIM Project

  • First published: 22 April 2021
  • Last modified: 22 April 2021

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-109989
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
22 April 2021
Deadline date:
21 June 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Velindre University NHS Trust (the "Contracting Authority") is seeking tenders for the design, construction, finance and maintenance of the New Velindre Cancer Centre (the "Project") which will be situated on a greenfield site, owned by the Contracting Authority, at Whitchurch, North Cardiff. The Contracting Authority proposes to procure the Project through the Welsh Government's Mutual Investment Model ("MIM") which is a specific model for procuring public private partnerships in Wales. The new state of the art cancer centre facility (anticipated to be approximately 32,000m2) is to be designed, constructed, financed and maintained by the special purpose vehicle (“Project Co”) established by the economic operator who is awarded the contract (the "Successful Participant") to support the vision and aims detailed within the Velindre NHS Trust publication ‘Velindre Cancer Strategy 2016-2026, Shaping our future together'. CPV: 45215140, 45215100, 45000000, 45100000, 45300000, 45400000, 71200000, 71300000, 79993100, 77314000, 72253100, 79993000, 98341000, 51410000, 71314200, 45314300, 45452000, 50700000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Velindre University NHS Trust

Transforming Cancer Services Programme, Velindre Cancer Centre, Whitchurch

Cardiff

CF14 2TL

UK

Contact person: Mark Ash, Assistant Project Director – Finance & Commercials

Telephone: +44 2920196852

E-mail: TCS.Contracts@wales.nhs.uk

NUTS: UKL22

Internet address(es)

Main address: http://www.transformingcancerservices.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


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

New Velindre Cancer Centre MIM Project

II.1.2) Main CPV code

45215140

 

II.1.3) Type of contract

Works

II.1.4) Short description

Velindre University NHS Trust (the "Contracting Authority") is seeking tenders for the design, construction, finance and maintenance of the New Velindre Cancer Centre (the "Project") which will be situated on a greenfield site, owned by the Contracting Authority, at Whitchurch, North Cardiff. The Contracting Authority proposes to procure the Project through the Welsh Government's Mutual Investment Model ("MIM") which is a specific model for procuring public private partnerships in Wales.

The new state of the art cancer centre facility (anticipated to be approximately 32,000m2) is to be designed, constructed, financed and maintained by the special purpose vehicle (“Project Co”) established by the economic operator who is awarded the contract (the "Successful Participant") to support the vision and aims detailed within the Velindre NHS Trust publication ‘Velindre Cancer Strategy 2016-2026, Shaping our future together'.

II.1.5) Estimated total value

Value excluding VAT: 562 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45215100

45000000

45100000

45300000

45400000

71200000

71300000

79993100

77314000

72253100

79993000

98341000

51410000

71314200

45314300

45452000

50700000

II.2.3) Place of performance

NUTS code:

UKL22


Main site or place of performance:

Whitchurch, Cardiff

II.2.4) Description of the procurement

Following Welsh Government’s announcement of ministerial approval for the development of a new Velindre cancer centre for South East Wales, on 19 March 2021. the Contracting Authority is seeking tenders for the Project.

The Contracting Authority's vision for the Project is for a Velindre Cancer Centre which has the strength to last for the long-term, which promotes excellence in future cancer services and which exceeds the expectations of the future generations who use it.

The Project is expected to deliver the requirements of the Well-Being of Future Generations (Wales) Act 2015.

The current Velindre Cancer Centre was built in 1956, has been repeatedly extended and is now fast approaching the end of its useful life. The Project is one of three pathfinder projects for the Welsh Government's innovative Mutual Investment Model (MIM) Programme. The Programme has been established to support investment in capital infrastructure in Wales.

The site for the Project is located in Whitchurch, North Cardiff. It is part of the NHS Wales estate and outline planning permission was granted in March 2018. The Contracting Authority is currently procuring enabling works to prepare the site for the New Velindre Cancer Centre MIM Project and to enable multiple accesses. It is currently anticipated such enabling works will be complete in advance of financial close of the Project and will not therefore form part of the Project itself. However, there may be some efficiencies or benefits derived from aspects of the works being carried out by Project Co in conjunction with the Works. The main access for the site will be through the neighbouring Asda estate. Access agreements have been secured with Asda that deal with the conditions applicable to the use of such access. Additional construction access is also being secured through another entrance.

The Contracting Authority has a reference design for the new cancer centre. Reference designs have been used to achieve outline planning permission and to assess the practicality of, and affordability of, the Project. The reference design will be used as a reference tool in the procurement and dialogue process. It is assumed the design will be improved upon by each economic operator’s own proposals.

As required under the MIM Standard Form Project Agreement - Accommodation, 'soft FM' services will be retained by the Contracting Authority and elements of 'hard FM' services will be carried out by Project Co during the operational phase of the contract.

It is anticipated that as part of the Project, the Project Co will provide the hard facilities management to the building and an element of external grounds for the new cancer centre. This will include provision of programmed maintenance, asset lifecycle replacement and reactive maintenance, helpdesk services, interface services, performance monitoring and reporting.

The cancer centre includes radiotherapy treatment equipment that will be procured separately by the Contracting Authority and interfaced with the project operations under the MIM Project. The Contracting Authority will be responsible for the specification, selection, procurement, installation, commissioning, maintenance, replacement, decommissioning and disposal of such equipment. However, it is anticipated that the Project Co will be responsible for the delivery, installation and associated technical commissioning of other items of major medical equipment (such as MRI and CT scanners) with the Authority being responsible for the specification, selection, procurement, clinical commissioning, maintenance, replacement, decommissioning and disposal of such equipment.

The public sector has the right to invest alongside one or more private sector equity providers. A 15% equity investment by the public sector is envisaged for the Project.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 562 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 325

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

the Contracting Authority intends to invite three (3) economic operators to participate in the dialogue.

The Contracting Authority shall invite three (3) economic operators to participate in the competitive dialogue who have: submitted a compliant response to the pre-qualification questionnaire (“PQQ”); and

(a) gained a PASS in respect of the evaluation of each question in Part of the PQQ carried out pursuant to Section 9.4 of the Descriptive Document (uploaded with this notice); and

(b) gained a PASS in respect of the evaluation of economic and financial standing carried out pursuant to Section 9.5 of the Descriptive Document; and

(c) gained a PASS in respect of the technical evaluation of Parts 3.3 to 3.7 of the PQQ carried out pursuant to Section 9.6.1 of the Descriptive Document; and

(d) following technical evaluation carried out by the Contracting Authority pursuant to Section 9.6.2 of the Descriptive Document, scored 5 or more for each question in Part 3.8 of the PQQ; and

(e) achieved the highest combined weighted scores in respect of technical evaluation carried out pursuant to Section 9.6.4 of the Descriptive Document.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

N/A

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.2.2) Contract performance conditions

The Project Co shall be required to support the Contracting Authority's community benefits objectives.

Accordingly, Project Co shall be required to comply with community benefits conditions which will be included in the contract for the Project. For example, Project Co shall be required to secure the creation of a specific number of apprenticeships opportunities in connection with the contract. In addition, Project Co shall be required to secure a specified percentage of employment opportunities for unemployed persons in connection with 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

Competitive dialogue

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 005-040645

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 21/06/2021

Local time: 15:00

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

Date: 12/07/2021

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: 8 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Contracting Authority is undertaking a competitive dialogue procedure in order to procure the contract for the design, build, finance and maintenance of the New Velindre Cancer Centre. Economic operators are asked to express their interest in the procurement by 14/06/2021 by submitting a completed PQQ response addressed to the Contracting Authority at Sell2Wales.

Further information on the requirements for the pre-qualification stage (including the evaluation of completed PQQ Responses) is set out in the Descriptive Document.

After the evaluation of each completed PQQ response, an invitation to participate in dialogue will be issued to three (3) shortlisted economic operators.

The Contracting Authority reserves the right to make revisions to the documentation (including the PQQ and Descriptive Document) and/or the context, process, timing and structure of the procurement process at any time. No additional time in relation to submission deadlines will be granted, following notification of any such revision, unless expressly notified by the Contracting Authority.

Reference in this notice to Project Co carrying out works or services should be read as Project Co carrying out or procuring the carrying out of those works and services.

The public sector equity participant ("WGCo") will undertake due diligence and an equity investment appraisal independently of procurement of the Project and will have no obligation to invest the quantum specified. It follows therefore that economic operators will be required to submit bids which are funded on the basis that no investment is made by the WGCo. Where WGCo does invest equity, it will do so on essentially the same terms as the private sector.

If selected to proceed to the Invitation to Participate in Dialogue stage, economic operators will be required to sign a confidentiality and non-collusion letter with the Contracting Authority.

The estimated total value stated in section II.1.5 and section II.2.6 has been based on the estimated total annual service payments payable under the contract. The construction CapEx is anticipated to be in the region of 200,000,000 GBP CapEx.

Economic operators participate in the procurement process entirely at their own risk and the Contracting Authority does not accept any liability in respect of costs incurred in relation to this procurement process. The Contracting Authority reserves the right in its absolute discretion to not proceed with the procurement. The Contracting Authority may elect to discontinue or suspend the procurement at any time. The Contracting Authority may do so without responsibility or liability to any interested party resulting from such decision not to proceed, discontinuation or suspension, including any liability for any costs or expenditure incurred by, or inconvenience caused.

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=109989

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

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:

as stated in the procurement documents.

(WA Ref:109989)

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

VI.5) Date of dispatch of this notice

22/04/2021

Coding

Commodity categories

ID Title Parent category
98341000 Accommodation services Accommodation and office services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
79993000 Building and facilities management services Miscellaneous business-related services
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
71314200 Energy-management services Energy and related services
71300000 Engineering services Architectural, construction, engineering and inspection services
45452000 Exterior cleaning work for buildings Other building completion work
79993100 Facilities management services Building and facilities management services
77314000 Grounds maintenance services Planting and maintenance services of green areas
72253100 Helpdesk services Helpdesk and support services
45215140 Hospital facilities construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45314300 Installation of cable infrastructure Installation of telecommunications equipment
51410000 Installation services of medical equipment Installation services of medical and surgical equipment
50700000 Repair and maintenance services of building installations Repair and maintenance services
45100000 Site preparation work Construction work

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

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:
22 April 2021
Deadline date:
21 June 2021 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
08 September 2021
Notice type:
14 Corrigendum
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
TCS.Contracts@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
12/08/2021 13:48
Test
Test
08/09/2021 11:22
Amendment to Additional Information VI.3) of the Full Notice Text
Prior to “NOTE: The authority is using eTenderwales to carry out this procurement process”, amended to read as follows: The Contracting Authority (‘the Authority’) is undertaking a competitive dialogue procedure in order to procure the contract for the design, build, finance and maintenance of the New Velindre Cancer Centre. Economic operators are asked to express their interest in the procurement by 14/06/2021 by submitting a completed PQQ response addressed to the Authority at Sell2Wales. Further information on the requirements for the pre-qualification stage (including the evaluation of completed PQQ Responses) is set out in the Descriptive Document. After the evaluation of each completed PQQ response, an invitation to participate in dialogue will be issued to three(3) shortlisted economic operators. The Authority reserves the right to make revisions to the documentation (including the PQQ and Descriptive Document) and/or the context, process, timing and structure of the procurement process at any time. No additional time in relation to submission deadlines will be granted, following notification of any such revision, unless expressly notified by the Authority. Reference in this notice to ProjectCo carrying out works or services should be read as ProjectCo carrying out or procuring the carrying out of those works and services. The public sector equity participant ("WGCo") will undertake due diligence and an equity investment appraisal independently of procurement of the Project and will have no obligation to invest the quantum specified. It follows therefore that economic operators will be required to submit bids which are funded on the basis that no investment is made by the WGCo. Where WGCo does invest equity, it will do so on essentially the same terms as the private sector. If selected to proceed to the Invitation to Participate in Dialogue stage, economic operators will be required to sign a confidentiality and non-collusion letter with the Authority. The estimated total value stated in section II.1.5 and section II.2.6 has been based on the estimated total annual service payments payable under the contract. The construction CapEx is anticipated to be in the region of £200,000,000 CapEx. Economic operators participate in the procurement process entirely at their own risk and the Authority does not accept any liability in respect of costs incurred in relation to this procurement process, other than as specifically provided for on the terms set out in a bid cost letter available on request by emailing:TCS.Contracts@wales.nhs.uk. Broadly, the bid cost letter provides that the Authority shall reimburse economic operators invited to participate in dialogue a capped proportion of participation costs in three specific scenarios: 1)in circumstances where such economic operator is notified of the Authority’s decision to award the contract to another economic operator; 2)in circumstances where the procurement competition is cancelled due to a change in Welsh Government policy; or 3)in circumstances where the procurement competition is deemed to be cancelled by the Authority and the contract has not been entered into within 12 months of the anticipated date of financial close of the Project. The Authority’s liability is capped at £1,300,000 per participant (such sum being an aggregate amount across all entities within any bidding consortia). The detailed terms and conditions on which reimbursement can be claimed are set out in the bid cost letter. The Authority reserves the right in its absolute discretion to not proceed with the procurement. The Authority may elect to discontinue or suspend the procurement at any time. Other than as set out in the bid cost letter referred to above, the Authority may do so without responsibility or liability to any interested party resulting from such decision not to proceed, discontinuation or suspension, including any liability for any costs or expenditure incurred by, or inconvenience caused.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.