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.

Contract Notice

TRS0368 Redevelopment of St Luke's Cancer Centre — Infrastructure partner.

  • First published: 13 December 2014
  • Last modified: 13 December 2014

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:
Published by:
The Royal Surrey County Hospital NHS Foundation Trust
Authority ID:
AA21924
Publication date:
13 December 2014
Deadline date:
16 January 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

TRS0368 Redevelopment of St Luke's Cancer Centre — Infrastructure partner.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Royal Surrey County Hospital NHS Foundation Trust

Royal Surrey County Hospital

Guildford

GU2 7XX

UK

Woodage Richard

+44 1483464164

richard.woodage@nhs.net

+44 1483453384

http://www.royalsurrey.nhs.uk/



https://commercialsolutions.bravosolution.co.uk

https://commercialsolutions.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

TRS0368 Redevelopment of St Luke's Cancer Centre — Infrastructure partner.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance

Royal Surrey County Hospital, Guildford GU2 7XX.



UKJ23

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

TRS0368 Redevelopment of St Luke's Cancer Centre — Infrastructure partner.

II.1.6)

Common Procurement Vocabulary (CPV)

85111000
33150000
50421000
33115100
33111620
51410000
33113000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Royal Surrey County Hospital NHS Foundation Trust is seeking an infrastructure partner to potentially finance, design and build new patient facilities to be operated by the trust. This would initially be focussed on a significant expansion and refurbishment of our cancer facilities in Guildford however we are seeking a partner who will work with us over the long term to develop other facilities. The selected provider will be required to demonstrate considerable expertise and experience of delivering high quality clinical facilities providing a range of service from outpatient consultation space through to specialist operating theatre facilities. Due to the range of options for the delivery of these services the Trust will look for participants to bring forward and develop appropriate and innovative solutions to meet its needs and requirements for both the design and operation of these facilities and service as well as the funding and financial model. We are particularly looking for a new business model to establish these facilities and would expect a partnership arrangement with the successful provider.

II.2.2)

Options

As may be discussed.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

60

II.3)

Duration of the contract or limit for completion

240

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The Trust reserves the right to require groupings of contractors to take a particular legal form or require a single contractor to take primary liability and/or require that each party undertakes joint and several liability. This may include establishing a special purpose vehicle at the formation of a joint venture.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The contract will be subject to a rigorous performance management regime.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://commercialsolutions.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘continue' — Enter your correct business and user details — Note the username you chose and click ‘Save' when complete — You will shortly receive an e-mail with your unique password (please keep this secure).

2. Express an Interest in the tender — Login to the portal with the username/password — Click the ‘PQQs/ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ITT to access the content — Click the ‘Express Interest' button at the top of the page — This will move the PQQ/ITT into your ‘My PQQs/My ITTs' page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ITT Details' box.

3. Responding to the tender — Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) — You can now use the ‘Messages' function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2)

Economic and financial capacity


In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006, and as set out in the PQQ available from the address in section I.1).



Subject to PQQ.


III.2.3)

Technical capacity


In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006, and as set out in the PQQ available from the address in section I.1).



Subject to PQQ.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

35

Objective criteria for choosing the limited number of candidates

Organisations interested in being considered for this opportunity may be required to complete and submit a PQQ once the Trust has received expressions of interest. Selection of the organisations to be invited to tender will be based on the results of the evaluation of the completed PQQs. The objective criteria to be used to select the Organisations to be invited to tender will be detailed in the PQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

TRS0368 Redevelopment of St Luke's Cancer Centre - Infrastructure partner

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 16-01-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The Contracting Authority intends to use an eTendering system in this procurement exercise. The Trust reserves the right:

(i) not to award any contract as a result of the procurement process commenced by publication of this notice;

(ii) to make whatever changes at may see fit to the content and structure of the tendering competition;

(iii) to terminate or award a contract(s) in respect of any part(s) of the requirements covered by this notice, and in no circumstances will the Trust be liable for any costs incurred by the bidders.

Any contract entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English courts. Tenders and all supporting documentation must be written in English and priced in sterling. Nothing in this contract notice or procurement competition shall generate any contractual obligations prior to any signature of final contracts. The Trust is a public authority under the Freedom of Information Act 2000 (the 'Act'). As part of its duties under the Act, the Trust may disclose information to a person making a request unless the information is covered by an exemption under the Act. The Trust is required to determine whether the public interest in maintaining the exemption from disclosing it outweighs the public interest in disclosing it. Prospective bidders should state in their submissions whether or not they consider the information supplied, if disclosed to a third party, would be prejudicial to their commercial interest and, if so, the reasons for such a view. These views will be taken into consideration by the Trust when deciding whether to disclose information.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 of the Public Contracts Regulations 2006 (as amended). The Trust will incorporate a 10 calendar day standstill period at the point that the award of contract is notified to the tenderers. This period allows unsuccessful tenderers to seek a full debriefing from the Trust before the Contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days prior to the end of the standstill period.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 09-12-2014

Coding

Commodity categories

ID Title Parent category
33115100 CT scanners Tomography devices
33111620 Gamma cameras X-ray devices
85111000 Hospital services Hospital and related services
51410000 Installation services of medical equipment Installation services of medical and surgical equipment
33113000 Magnetic resonance imaging equipment Imaging equipment for medical, dental and veterinary use
33150000 Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices Medical equipments
50421000 Repair and maintenance services of medical equipment Repair and maintenance services of medical and surgical equipment

Delivery locations

ID Description
100 UK - All

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:
richard.woodage@nhs.net
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.