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

Independent Tester for New Velindre Cancer Centre MIM Project

  • First published: 16 November 2022
  • Last modified: 16 November 2022

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-126657
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
16 November 2022
Deadline date:
19 December 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Velindre University NHS Trust (the “Authority”) and ACORN (defined in II.2.4) (together the "Contracting Authority") are seeking tenders for the appointment of an Independent Tester for a new cancer center at Whitchurch in Cardiff (the “NvCC”). The design, build, finance and maintenance of the NvCC (the “Project”) is being procured by the Authority separately through the Welsh Government's Mutual Investment Model ("MIM"). The Contracting Authority is seeking an Independent Tester with the skills and experience to deliver services relative to the nature, scale and complexity of the Project and including project specific aspects of the design and construction. The new state of the art cancer centre facility (anticipated to be approximately 32,000m2) is to be delivered by the special purpose vehicle (“Project Co”). Project Co is to be established by ACORN (selected participant for the Project). Please refer to the procurement documents referred to at IV.3 for further information. CPV: 71000000, 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

C/O Transforming Cancer Services Programme, Velindre Cancer Centre, Whitchurch

Cardiff

CF14 2TL

UK

Telephone: +44 2920196852

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

NUTS: UK

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.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://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

Independent Tester for New Velindre Cancer Centre MIM Project

Reference number: TCS-FTS-51841

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Velindre University NHS Trust (the “Authority”) and ACORN (defined in II.2.4) (together the "Contracting Authority") are seeking tenders for the appointment of an Independent Tester for a new cancer center at Whitchurch in Cardiff (the “NvCC”). The design, build, finance and maintenance of the NvCC (the “Project”) is being procured by the Authority separately through the Welsh Government's Mutual Investment Model ("MIM").

The Contracting Authority is seeking an Independent Tester with the skills and experience to deliver services relative to the nature, scale and complexity of the Project and including project specific aspects of the design and construction. The new state of the art cancer centre facility (anticipated to be approximately 32,000m2) is to be delivered by the special purpose vehicle (“Project Co”). Project Co is to be established by ACORN (selected participant for the Project). Please refer to the procurement documents referred to at IV.3 for further information.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00  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

The Contracting Authority is undertaking a joint procurement for an Independent Tester for the Project. The award of the contract shall be in accordance with the procurement documents (see I.3 and VI.3).

The Contracting Authority's key priorities for the procurement include:

- independent scrutiny of quality assurance measures, including in respect of specific key risk areas such as fire-stopping and drainage on accommodation projects;

- adoption of an approach that assures the Works comply with the requirements of the Project Agreement, including a robust approach to identification of defects and snagging and a 'zero defects' handover in Bunker Areas;

- patient service commencement in accordance with the Programme for the Project;

- clear and definitive processes, rights and responsibilities which limit the scope for dispute on the Project; and

- an approach that seeks to apply pro-active solutions based on lessons learned on comparable projects in the sector, including in respect of the scope of Services, resourcing and expertise.

The estimated duration for the main services (“Services”) under the contract is 27 months. Additional varied services may be requested over the duration of the Project (see II.2.7).

Further details regarding the services and varied services are contained in the relevant procurement documents which can be accessed in accordance with VI.3 below.

Background information relevant to the Independent Tester procurement

The Contracting Authority is observing MIM policy on the Independent Tester contract for accommodation projects, which has been developed by Welsh Government and which is available at Mutual Investment Model independent tester contract supplementary guidance | GOV.WALES. In developing the guidance for the scope of services for the Independent Tester, Welsh Government reviewed construction issues that arose in PPP Projects, and in particular the Report of the Independent Inquiry into the Construction of Edinburgh Schools, dated February 2017.

The Contracting Authority's vision for the Project is for a facility 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 (including delivery of the Services) is expected to deliver the requirements of the Well-Being of Future Generations (Wales) Act 2015.

Following a successful procurement for the Project, the Authority intends to appoint a joint venture comprising (i) Kajima Partnership Limited, (ii) Sacyr Infrastructure UK Limited and (iii) Aberdeen Standard European Infrastructure GP IV Limited ("Acorn") as the successful participant on the Project.

The Cancer Centre includes major medical equipment (including radiotherapy treatment equipment) that will be procured separately by the Authority but remains relevant to the Independent Tester’s role. Further details are provided in the procurement documents (see VI.3 below).

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: 327

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: 6

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 tenderer shall be required to support the Authority's well-being and objectives under the Well-being of Future Generations (Wales) Act 2015.

Accordingly, the tenderer shall be required to comply with question A4 of the tender templates in the invitation to tender for the Project, relating to social value and ethical employment practices. Please refer to the procurement documents referred to at VI.3 for further information.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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: 19/12/2022

Local time: 17:00

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

Date: 16/01/2023

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: 4 (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

Economic operators are asked to express their interest in the procurement by 5.00pm (Greenwich Mean Time) on 19/12/2022 by submitting a completed SQ response through the portal at https://etenderwales.bravo.co.uk/nhs/.

Further information on the requirements for the selection stage (including the evaluation of completed SQ Responses) is set out in the procurement documents, as detailed below.

The SQ, SQ Guidance, Volume One of the Information Document and confidentiality and bid conduct undertaking will be available for unrestricted and full direct access free of charge, at: https://etenderwales.bravo.co.uk/nhs/. Economic operators wishing to receive a copy of the following documents should express interest through the Bravo Portal messaging facility and upload a duly completed and signed confidentiality and bid conduct undertaking:

(a) the draft Invitation to Tender; and

(b) Volume 2 of the Information Document (Contract and Contract Documentation) of the Information Document.

Volume 3 of the Information Document will only be provided to shortlisted tenderers who have duly completed the returned the confidentiality and bid conduct undertaking in accordance with the procurement documents.

After the evaluation of each completed SQ response, an invitation to tender will be issued to shortlisted economic operators.

The Contracting Authority reserves the right to make revisions to the documentation (including the SQ and any procurement 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.

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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=126657

(WA Ref:126657)

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

16/11/2022

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
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
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
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.

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
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.