Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Velindre University NHS Trust as the Hosting Body of NHS Wales Shared Services Partnership - SES
  Companies House, Crown Way
  Cardiff
  CF14 3UB
  UK
  
            Contact person: Mrs Amy Slocombe
  
            Telephone: +44 2920747747
  
            E-mail: Amy.Slocombe@wales.nhs.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://nwssp.nhs.wales/ourservices/specialist-estates-services/
  
              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:
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
NHS Building for Wales 2 Project Manager
            Reference number: SSP-OJEU-52984
  II.1.2) Main CPV code
  45000000
 
  II.1.3) Type of contract
  Works
  II.1.4) Short description
  This Contract Notice relates to the procurement exercise for the NHS Building for Wales 2 Project Manager only. The Tender will be published on the 19th May 2023 on e-tender Wales. A separate Contract Notice will be published in respect of each procurement exercise in respect of the Cost Advisor, Supply Chain Partner and Supervisor.
  II.1.5) Estimated total value
  Value excluding VAT: 
			8 900 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
  
                Maximum number of lots that may be awarded to one tenderer: 2
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    NHS Building for Wales 2 Frameworks Lot 1: Works Value (ex VAT) 20M + GBP.
    II.2.2) Additional CPV code(s)
    71541000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    This Contract Notice relates to the procurement exercise for the NHS Building for Wales 2 Project Manager only. A Contract Notice will be published in respect of each procurement exercise in respect of the Cost Advisor, Supply Chain Partner and Supervisor.
    The NHS Building for Wales 2 frameworks will cater for health-related capital projects with a minimum estimated construction value of 7 000 000 GBP (excluding Value Added Tax.)
    Lot 1: estimated construction value above 20 000 000 GBP (excluding Value Added Tax). Four Project Managers will be awarded to each Lot and a Project Manager can submit a tender for either Lot 1 or Lot 2 or both Lots 1 and 2 . A Candidate (including any of their group companies and affiliated or subsidiary organisations) can apply and be represented on either the Client Side (support consultants Project Manager, Cost Advisor and Supervisor) or the Supply Chain side (including Supply Chain Members) at framework level.
    There will be four frameworks:
    - Project Manager
    - Cost Advisor
    - Supervisor
    - Supply Chain Partner
    The support consultant frameworks will be established to assist and represent the framework users when procuring capital projects .
    It is intended that the following numbers of organisations are appointed to each framework discipline i.e.
    - Four organisations for Project Manager;
    - Four organisations for Cost Advisor;
    - Three organisations for Supervisor;
    - Four organisations for Supply Chain Partner
    In respect of the Supply Chain Partner framework, each Supply Chain is required to be made up of the following disciplines:-
    - One Constructor
    - Two Architects
    - Two Civil and Structural Engineers
    - Two Building Services Engineers
    - Two Building Services Installers — each covering both Electrical and Mechanical installation
    The Constructor will be required to undertake the role of Principal Designer, Principal Contractor and Designer under the Construction (Design and Management) Regulations 2015.
    All National Frameworks will adopt the NEC4 suite of contracts.
    The frameworks will be procured on the basis of an initial four-year  contract with the option to extend by up to two years.
    The frameworks will be procured and managed by NWSSP-Specialist Estates Services on behalf of the NHS in Wales.
    Velindre University NHS Trust will sign the framework agreements with the successful bidders as sponsor of the frameworks.
    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: 
			3 600 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    This framework will have the option to extend by a maximum of 24 months.
    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
            
    II.2.14) Additional information
    All tender documents will be found on e-tender Wales. Project Reference SSP-OJEU-52984
   
  
          Lot No: 2
  
    II.2.1) Title
    NHS Building for Wales 2 Frameworks Lot 2: Works Value (ex VAT) 7M-20M.
    II.2.2) Additional CPV code(s)
    71541000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    This Contract Notice relates to the procurement exercise for the NHS Building for Wales 2 Project Manager only. A Candidate (including any of their group companies and affiliated or subsidiary organisations) can apply and be represented on either the Client Side (support consultants Project Manager, Cost Advisor and Supervisor) or the Supply Chain side (including Supply Chain Members) at framework level.
    The NHS Building for Wales 2 frameworks will cater for health-related capital projects with a minimum estimated construction value of 7 000 000 GBP (excluding Value Added Tax.)
    Lot 2: estimated construction value between 7 000 000 and 20 000 000 GBP (excluding Value Added Tax). Four Project Managers will be awarded to each Lot and a Project Manager can submit a tender for either Lot 1 or Lot 2 or both Lots 1 and 2 . A Project Manager cannot tender for one of the support consultant frameworks (Cost Advisor and Supervisor) or Supply Chain Partner and vice versa.
    There will be four frameworks:
    - Project Manager
    - Cost Advisor
    - Supervisor
    - Supply Chain Partner
    The support consultant frameworks will be established to assist and represent the framework users when procuring capital projects .
    It is intended that the following numbers of organisations are appointed to each framework discipline i.e.
    - Four organisations for Project Manager;
    - Four organisations for Cost Advisor;
    - Three organisations for Supervisor;
    - Four organisations for Supply Chain Partner
    In respect of the Supply Chain Partner framework, each Supply Chain is required to be made up of the following disciplines:-
    - One Constructor
    - Two Architects
    - Two Civil and Structural Engineers
    - Two Building Services Engineers
    - Two Building Services Installers — each covering both Electrical and Mechanical installation
    The Constructor will be required to undertake the role of Principal Designer, Principal Contractor and Designer under the Construction (Design and Management) Regulations 2015.
    All National Frameworks will adopt the NEC4 suite of contracts.
    The frameworks will be procured on the basis of an initial four-year  contract with the option to extend by up to two years.
    The frameworks will be procured and managed by NWSSP-Specialist Estates Services on behalf of the NHS in Wales.
    Velindre University NHS Trust will sign the framework agreements with the successful bidders as sponsor of the frameworks.
    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: 
			5 300 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    This framework will have the option to extend by a maximum of 24 months.
    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
            
    II.2.14) Additional information
    All tender documents will be found on e-tender Wales. Project Reference SSP-OJEU-52984
   
 
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:
  Please see Procurement Tender Documents
  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
  As per Procurement Tender Documents
 
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: 4
  
                        Justification for any framework agreement duration exceeding 4 years: Due to the complexity of the framework and the time required in planning for each call off there is a requirement to have an option to extend the Framework to ensure stability to the NHS.
  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:
  2022/S 000-030502
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              21/06/2023
  
                Local time: 12:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              17/10/2023
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  CY
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
If you have any questions, please contact amy.slocombe@wales.nhs.uk
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=131243
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:
Will be advised at call off stage
(WA Ref:131243)
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
15/05/2023