Lot No: 1
II.2.1) Title
Regional Supply Chain Partner: South East Wales
II.2.2) Additional CPV code(s)
45000000
45110000
45111000
45111100
45210000
45215000
45215100
45215200
45216000
45216100
45216120
45216125
71200000
71210000
71220000
71240000
71250000
71310000
71311000
71312000
71315000
71313000
71318000
71600000
71317000
71317200
71317210
II.2.3) Place of performance
NUTS code:
UKL15
UKL16
UKL21
UKL22
UKL24
Main site or place of performance:
Performance is required to include the southern region of Powys as described and illustrated within the Contract (Annexure A, Memorandum of Information, October 2016).
II.2.4) Description of the procurement
The NHS Building for Wales Regional frameworks will cater for health related capital projects with an estimated construction value of between GBP4 million and GBP12million (excluding Value Added Tax).
There will be three regional Lots. Lot 1 South East Wales, Lot 2 South West Wales and Lot 3 North Wales.
Initially there will be three National frameworks:-
- Project Manager
- Cost Adviser
- Supply Chain Partner
Upon commencement of the above three frameworks a fourth framework will be procured for Supervisor.
It is intended that there will be four organisations appointed to each
framework discipline i.e.
- four organisations for Project Manager (plus one reserve)
- four organisations for Cost Adviser (plus one reserve)
- four organisations for Supply Chain Partner
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 CDM 2015 Regulations.
All Regional Frameworks will adopt the NEC3 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 NHS Trust will sign the framework agreements with the successful bidders as sponsor of the frameworks.
Contracts for specific projects will be subject to mini-competition between
the successful bidders on each of the Frameworks.
Contracts for specific projects which are let under the frameworks will be
entered into between the successful bidders and the individual NHS Local
Health Boards or Trusts responsible for the project. It will be open to all
NHS Local Health Boards or Trusts in Wales (and also any other NHS
bodies that may exist in Wales during the life of the framework, the
Welsh Government, and any other Welsh public bodies who wish to
develop facilities jointly or in collaboration with the NHS) to let contracts
under these frameworks for the duration of the frameworks.
Please refer to the Memorandum of Information on
etenderwales.bravosolution.co.uk for further detail and information.
This Contract Notice relates to the appointment of Supply Chain Partner
Services for the Regional Framework.
Candidates are reminded that the issue of documents from NWSSP-SES
does not commit NWSSP-SES, Velindre NHS Trust, or any Local Health
Board or NHS Trust in Wales to:
* Proceed with the appointment of Candidates to this Framework
Agreement;
* Award any subsequent contract for individual projects pursuant to this
Framework Agreement.
Neither NWSSP-SES, Velindre NHS Trust, or any NHS Local Health Board
or Trust in Wales, nor any of their advisers shall be liable for any
expenses incurred by the candidates in connection with the tender
process either for this Framework Agreement or any subsequent contract
pursuant to this Framework Agreement
NHS Wales is committed to contributing to the social, economic and
environmental well-being of the wider community. Accordingly, while the
requirement to do so will not be part of the award criteria for this tender,
the successful contractor will be expected to consider opportunities to
recruit and train long term economically inactive persons as part of the
workforce delivering this project, and contractual obligations and/or
performance indicators may be introduced to this effect.
II.2.5) Award criteria
Quality criterion: Sustainability
/ Weighting: 14%
Quality criterion: Framework collaboration & Community benefits
/ Weighting: 15%
Quality criterion: Soft Landings incorporating BIM
/ Weighting: 15%
Quality criterion: Best value for money
/ Weighting: 14%
Quality criterion: Operational Expenditure
/ Weighting: 14%
Quality criterion: Cost efficiency
/ Weighting: 14%
Quality criterion: Occupation of Health facilities
/ Weighting: 14%
Price
/ Weighting:
30%
II.2.11) Information about options
Options:
Yes
Description of options:
There will be an option at the Contracting Authority's discretion to extend the framework by a period of up to 2 years (including multiple extensions of any duration but which are cumulatively no greater than 2 years
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
Regional Supply Chain Partner: South West Wales
II.2.2) Additional CPV code(s)
45000000
45110000
45111000
45111100
45210000
45215000
45215100
45215200
45216000
45216100
45216120
45216125
71200000
71210000
71220000
71240000
71250000
71310000
71311000
71312000
71315000
71313000
71318000
71600000
71317000
71317200
71317210
II.2.3) Place of performance
NUTS code:
UKL14
UKL17
UKL18
II.2.4) Description of the procurement
This Contract Notice relates to the procurement exercise for the NHS Building for Wales Regional Supply Chain Partner only.
The NHS Building for Wales Regional frameworks will cater for health related capital projects with an estimated construction value of between GBP4 million and GBP12 million (excluding Value Added Tax).
There will be three regional Lots. Lot 1 South East Wales, Lot 2 South West Wales and Lot 3 North Wales.
Initially there will be three National frameworks:-
- Project Manager
- Cost Adviser
- Supply Chain Partner
Upon commencement of the above three frameworks a fourth framework will be procured for Supervisor.
It is intended that there will be four organisations appointed to each
framework discipline i.e.
- four organisations for Project Manager (plus one reserve)
- four organisations for Cost Adviser (plus one reserve)
- four organisations for Supply Chain Partner
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 CDM 2015 Regulations.
All Regional Frameworks will adopt the NEC3 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 NHS Trust will sign the framework agreements with the successful bidders as sponsor of the frameworks.
Contracts for specific projects will be subject to mini-competition between
the successful bidders on each of the Frameworks.
Contracts for specific projects which are let under the frameworks will be
entered into between the successful bidders and the individual NHS Local
Health Boards or Trusts responsible for the project. It will be open to all
NHS Local Health Boards or Trusts in Wales (and also any other NHS
bodies that may exist in Wales during the life of the framework, the
Welsh Government, and any other Welsh public bodies who wish to
develop facilities jointly or in collaboration with the NHS) to let contracts
under these frameworks for the duration of the frameworks.
Please refer to the Memorandum of Information on
etenderwales.bravosolution.co.uk for further detail and information.
This Contract Notice relates to the appointment of Supply Chain Partner
Services for the Regional Framework.
Candidates are reminded that the issue of documents from NWSSP-SES
does not commit NWSSP-SES, Velindre NHS Trust, or any Local Health
Board or NHS Trust in Wales to:
* Proceed with the appointment of Candidates to this Framework
Agreement;
* Award any subsequent contract for individual projects pursuant to this
Framework Agreement.
Neither NWSSP-SES, Velindre NHS Trust, or any NHS Local Health Board
or Trust in Wales, nor any of their advisers shall be liable for any
expenses incurred by the candidates in connection with the tender
process either for this Framework Agreement or any subsequent contract
pursuant to this Framework Agreement
NHS Wales is committed to contributing to the social, economic and
environmental well-being of the wider community. Accordingly, while the
requirement to do so will not be part of the award criteria for this tender,
the successful contractor will be expected to consider opportunities to
recruit and train long term economically inactive persons as part of the
workforce delivering this project, and contractual obligations and/or
performance indicators may be introduced to this effect.
II.2.5) Award criteria
Quality criterion: Sustainability
/ Weighting: 14%
Quality criterion: Framework collaboration & community benefits
/ Weighting: 15%
Quality criterion: Soft landings incorporating BIM
/ Weighting: 15%
Quality criterion: Best value for money
/ Weighting: 14%
Quality criterion: Operational expenditure
/ Weighting: 14%
Quality criterion: Cost efficiency
/ Weighting: 14%
Quality criterion: Occupation of health facilities
/ Weighting: 14%
Price
/ Weighting:
30%
II.2.11) Information about options
Options:
Yes
Description of options:
There will be an option at the Contracting Authority’s discretion to extend the framework by a period of up to 2 years (including multiple extensions of any duration but which are cumulatively no greater than 2 years).
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
Regional Supply Chain Partner: North Wales
II.2.2) Additional CPV code(s)
45000000
45110000
45111000
45111100
45210000
45215000
45215100
45215200
45216000
45216100
45216120
45216125
71200000
71210000
71220000
71240000
71250000
71310000
71311000
71312000
71315000
71313000
71318000
71600000
71317000
71317200
71317210
II.2.3) Place of performance
NUTS code:
UKL11
UKL12
UKL13
UKL23
UKL24
Main site or place of performance:
Performance is required to include the northern region of Powys as described and illustrated within the Contract (Annexure A, Memorandum of Information October 2016).
II.2.4) Description of the procurement
This Contract Notice relates to the procurement exercise for the NHS Building for Wales Regional Supply Chain Partner only.
The NHS Building for Wales Regional frameworks will cater for health related capital projects with an estimated construction value of between GBP 4 million and GBP 12million (excluding Value Added Tax).
There will be three regional Lots. Lot 1 South East Wales, Lot 2 South West Wales and Lot 3 North Wales.
Initially there will be three National frameworks:-
- Project Manager
- Cost Adviser
- Supply Chain Partner
Upon commencement of the above three frameworks a fourth framework will be procured for Supervisor.
It is intended that there will be four organisations appointed to each
framework discipline i.e.
- four organisations for Project Manager (plus one reserve)
- four organisations for Cost Adviser (plus one reserve)
- four organisations for Supply Chain Partner
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 CDM 2015 Regulations.
All Regional Frameworks will adopt the NEC3 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 NHS Trust will sign the framework agreements with the successful bidders as sponsor of the frameworks.
Contracts for specific projects will be subject to mini-competition between
the successful bidders on each of the Frameworks.
Contracts for specific projects which are let under the frameworks will be
entered into between the successful bidders and the individual NHS Local
Health Boards or Trusts responsible for the project. It will be open to all
NHS Local Health Boards or Trusts in Wales (and also any other NHS
bodies that may exist in Wales during the life of the framework, the
Welsh Government, and any other Welsh public bodies who wish to
develop facilities jointly or in collaboration with the NHS) to let contracts
under these frameworks for the duration of the frameworks.
Please refer to the Memorandum of Information on
etenderwales.bravosolution.co.uk for further detail and information.
This Contract Notice relates to the appointment of Supply Chain Partner
Services for the Regional Framework.
Candidates are reminded that the issue of documents from NWSSP-SES
does not commit NWSSP-SES, Velindre NHS Trust, or any Local Health
Board or NHS Trust in Wales to:
* Proceed with the appointment of Candidates to this Framework
Agreement;
* Award any subsequent contract for individual projects pursuant to this
Framework Agreement.
Neither NWSSP-SES, Velindre NHS Trust, or any NHS Local Health Board
or Trust in Wales, nor any of their advisers shall be liable for any
expenses incurred by the candidates in connection with the tender
process either for this Framework Agreement or any subsequent contract
pursuant to this Framework Agreement
NHS Wales is committed to contributing to the social, economic and
environmental well-being of the wider community. Accordingly, while the
requirement to do so will not be part of the award criteria for this tender,
the successful contractor will be expected to consider opportunities to
recruit and train long term economically inactive persons as part of the
workforce delivering this project, and contractual obligations and/or
performance indicators may be introduced to this effect.
II.2.5) Award criteria
Quality criterion: Sustainability
/ Weighting: 14%
Quality criterion: Framework collaboration & community benefits
/ Weighting: 15%
Quality criterion: Soft landings incorporating BIM
/ Weighting: 15%
Quality criterion: Best value for money
/ Weighting: 14%
Quality criterion: Operational expenditure
/ Weighting: 14%
Quality criterion: Cost efficiency
/ Weighting: 14%
Quality criterion: Occupation of health facilities
/ Weighting: 14%
Price
/ Weighting:
30%
II.2.11) Information about options
Options:
Yes
Description of options:
There will be an option at the Contracting Authority’s discretion to extend the framework by a period of up to 2 years (including multiple extensions of any duration but which are cumulatively no greater than 2 years).
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
The contract has been awarded to a group of economic operators:
Yes
The contract has been awarded to a group of economic operators:
Yes
The contract has been awarded to a group of economic operators:
Yes
Due to external factors in the construction sector it has been decided to increase the resilience and maintain the competitiveness of this framework arrangement by appointing one reserve contractor in addition to the four contractors who were successful in being appointed to the framework. In normal circumstances, the reserve contractor will not be entitled to bid for Call-Off Contracts to be awarded under the framework. In line with the objective of providing resilience and maintaining competition, the reserve contractor will only be entitled to tender where one or more of the four appointed contractors does not bid or is unable to bid. This could apply, for example, where one or more contractors –
- has been suspended from the framework for any of the reasons set out in the Framework Agreement; or
- has been served with notice of termination under the Framework Agreement due to e.g. insolvency or serious breach of
contract.
Therefore, in accordance with the original tender documents, the number of contractors on the framework who are entitled to bid for Call-Off Contracts will never be greater than four at any one time.