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

Burton Strategic Infrastructure and Efficiency Partnership.

  • First published: 18 December 2014
  • Last modified: 18 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:
Burton Hospitals NHS Foundation Trust
Authority ID:
AA22347
Publication date:
18 December 2014
Deadline date:
30 January 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Burton Hospitals NHS Foundation Trust (the ‘Trust’) is interested in seeking a private sector partner (‘Partner’) to provide an intelligent infrastructure strategy function that will support the Trust's clinical strategy to enable service change, improve quality of care for patients and drive efficiency in the Trust's operations including potentially through (but not limited to): estates rationalisation; capital programme planning; raising finance and investment; strategic service transformation planning; and also the procurement and project/contract management of a range of services including construction and FM services.

It is expected that these services will be provided to the Trust through the establishment of a joint venture body (JV) between the Trust and the Partner.

The Trust predominantly provides services from Queen's Hospital in Burton, Sir Robert Peel Community Hospital in Tamworth and Samuel Johnson Community Hospital in Lichfield. Both of the sites in Lichfield and Tamworth provide a range of services including inpatient and outpatient services, and Minor Injuries Units. Maternity services are provided at Queen's Hospital and Samuel Johnson Community Hospital. The Trust offers a total of just over 540 beds as well as a wide range of general hospital services and a purpose built Treatment Centre. The Trust intends to redevelop/dispose of an adjacent site (Outwoods site).

The Partner will provide the Priority Services (more particularly described below) through the JV upon appointment of the successful partner or shortly thereafter. Responsibility for procuring, co-ordinating and managing the provision of Secondary Services (more particularly described below) through the JV may be transferred to the Partner during the term of the partnership.

The Partner will be expected to deliver Priority Services consisting of Strategic Estates Services. This includes the provision of consultancy support services to provide estate strategy advice (with a focus on achieving efficiencies), preparation of an estates strategy that will support the Trust's clinical strategy and drive efficiency in the Trust's operations and the preparation, review and updating of a partnership business plan to cover the proposed need, phasing of service transformation at the Trust's estate and the timing of the delivery of any proposed new projects or refurbishment projects to deliver capital requirements (‘New Projects’). The Partner is also expected to provide access to, arrange and deliver private sector capital where required to finance New Projects. New Projects may involve (but are not limited to) capital works; refurbishment works; disposal and/or acquisition of land; facilities to support NHS services, related health and social care services as well as commercial developments.

Initial New Projects may potentially include:

— The transformation of services through Community Hospitals and accommodation for the elderly to ensure efficiency and effectiveness of the estate and services.

— The redevelopment/disposal of the Outwoods site in Burton and redistribution of the vacated services to the Queen's Hospital site.

— A car parking solution that will complement the Trust's commitment to a green transport plan and improve patient/public experience.

— Commercial opportunities for the benefit of the Trust and patients, including catering/a new front entrance/patient contact and customer service opportunities.

To ensure value for money is achieved at the time when projects are commenced and services required, (and in observing EU procurement principles on behalf of the Trust) it is expected that the JV, via a secondary procurement, will competitively tender the supply chain for each New Project or Secondary Service required. The Partner (through the JV) will therefore provide an integrator role in procuring and coordinating these third-party providers to deliver schemes and services fo

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Burton Hospitals NHS Foundation Trust

Queen's Hospital, Belvedere Road

Burton-upon-Trent

DE13 0RB

UK

Joseph Fowke

+44 1283511511

joseph.fowke@burtonft.nhs.uk


https://www.burtonhospitals.nhs.uk



https://www.nhssourcing.co.uk

https://www.nhssourcing.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

Checked box
National Health Service Foundation Trust
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

Burton Strategic Infrastructure and Efficiency Partnership.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

12

II.1.2)

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

The Trust's estate, property portfolio and locations of service delivery (including but not limited to future opportunities commissioned by other bodies and other opportunities pursued by the Trust) throughout the partnership period. This will predominately focus on the Trust's estate in Burton upon Trent, Lichfield and Tamworth but may also include a diverse range of sites acquired and used in respect of the Trust's activities including across Staffordshire, Warwickshire, Derbyshire and Birmingham.



UKF

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)

Burton Hospitals NHS Foundation Trust (the ‘Trust’) is interested in seeking a private sector partner (‘Partner’) to provide an intelligent infrastructure strategy function that will support the Trust's clinical strategy to enable service change, improve quality of care for patients and drive efficiency in the Trust's operations including potentially through (but not limited to): estates rationalisation; capital programme planning; raising finance and investment; strategic service transformation planning; and also the procurement and project/contract management of a range of services including construction and FM services.

It is expected that these services will be provided to the Trust through the establishment of a joint venture body (JV) between the Trust and the Partner.

The Trust predominantly provides services from Queen's Hospital in Burton, Sir Robert Peel Community Hospital in Tamworth and Samuel Johnson Community Hospital in Lichfield. Both of the sites in Lichfield and Tamworth provide a range of services including inpatient and outpatient services, and Minor Injuries Units. Maternity services are provided at Queen's Hospital and Samuel Johnson Community Hospital. The Trust offers a total of just over 540 beds as well as a wide range of general hospital services and a purpose built Treatment Centre. The Trust intends to redevelop/dispose of an adjacent site (Outwoods site).

The Partner will provide the Priority Services (more particularly described below) through the JV upon appointment of the successful partner or shortly thereafter. Responsibility for procuring, co-ordinating and managing the provision of Secondary Services (more particularly described below) through the JV may be transferred to the Partner during the term of the partnership.

The Partner will be expected to deliver Priority Services consisting of Strategic Estates Services. This includes the provision of consultancy support services to provide estate strategy advice (with a focus on achieving efficiencies), preparation of an estates strategy that will support the Trust's clinical strategy and drive efficiency in the Trust's operations and the preparation, review and updating of a partnership business plan to cover the proposed need, phasing of service transformation at the Trust's estate and the timing of the delivery of any proposed new projects or refurbishment projects to deliver capital requirements (‘New Projects’). The Partner is also expected to provide access to, arrange and deliver private sector capital where required to finance New Projects. New Projects may involve (but are not limited to) capital works; refurbishment works; disposal and/or acquisition of land; facilities to support NHS services, related health and social care services as well as commercial developments.

Initial New Projects may potentially include:

— The transformation of services through Community Hospitals and accommodation for the elderly to ensure efficiency and effectiveness of the estate and services.

— The redevelopment/disposal of the Outwoods site in Burton and redistribution of the vacated services to the Queen's Hospital site.

— A car parking solution that will complement the Trust's commitment to a green transport plan and improve patient/public experience.

— Commercial opportunities for the benefit of the Trust and patients, including catering/a new front entrance/patient contact and customer service opportunities.

To ensure value for money is achieved at the time when projects are commenced and services required, (and in observing EU procurement principles on behalf of the Trust) it is expected that the JV, via a secondary procurement, will competitively tender the supply chain for each New Project or Secondary Service required. The Partner (through the JV) will therefore provide an integrator role in procuring and coordinating these third-party providers to deliver schemes and services for the benefit of the Trust. This integrator role includes the provision of operational project management services in procuring, co-ordinating and managing external contractors engaged to deliver any proposed and approved New Projects to deliver capital requirements for works, fabrication or traditional estate project procurements and also any external contractors required to deliver Secondary Services approved by the Trust. The Partner's integrator role may also include providing operational procurement consultancy services in co-ordinating, managing and conducting procurements observing EU procurement principles to appoint a supply-chain to the JV to deliver those services; and

The Partner may be required to plan, procure, co-ordinate and manage Secondary Services which may include:

(1) Facility Support Services — which may include Facilities Management (including Estates Helpdesk and Energy Management (and incidental energy generation)); Catering; Cleaning; Laundry; Parking and Traffic Management; Security (Infrastructure); Portering; Pest Control; Grounds and Gardens Maintenance; and Clinical and General Waste; and

(2) Customer Satisfaction Services — which may include but not be limited to Reception Services, Customer Satisfaction Services, Patient Contact Centre Services; and

(3) Corporate Back Office Services.

The opportunity is to provide a strategic, commercial, development, investment, procurement, project management and contract management role in delivering capital projects and transforming services to support the Trust's clinical strategy but the scope does not include the provision of delivering the detailed design and construction aspects of the New Projects or the provision of Secondary Services themselves.

The Trust is interested in the JV seeking other commercial and income generation opportunities in the public and private sector market over the long-term and proposing innovative proposals in support of the Trust's clinical strategy that will maximise income or allow the Trust to reduce costs.

The JV partnership with the successful Partner will be for a period of 10 years with an option to extend the contract for a further 5 years.

Further details of the opportunity are provided in the Memorandum of Information accompanying the pre-qualification questionnaire (see section VI.3 (Additional Information) for details of how to obtain these).

II.1.6)

Common Procurement Vocabulary (CPV)

71000000
71247000
71541000
71520000
71315210
71530000
71500000
71510000
71324000
71410000
90712000
45453100
79410000
70110000
79418000
79419000
90713000
70330000
71314200
70320000
70332100
70332000
70331000
71315300
71315400
50700000
50710000
79993000
90911200
79710000
98341120
55520000
98311100
77314000
50400000
63712400
90524000
90500000
79992000
72253000
71317200
79000000
79994000
79996000
75100000
75112000
75122000
66000000
79342310
79342320
79512000
70332200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked 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

The potential value of new capital projects and refurbishments which may be required to be delivered during the partnership is estimated to be between 5 000 and 150 000 000 GBP.

The potential value of Secondary Services which the Partner (through the JV) may be required to manage during the partnership may be up to around 8 000 000 GBP per annum based on the value of current services.

The potential return to the Partner from delivering developed assets and providing services will depend on many commercial factors including (but not limited to) the number of schemes and services approved by Trust to be managed by the JV, the performance of the Partner, market conditions, and the arrangements for financing activities and sharing returns agreed between the Trust and the Partner in establishing the JV.

Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity of the scheme as a whole.

The estimated value range below represents the potential value of new capital projects and refurbishments which the Partner may be required to deliver over the 10 year partnership period only. This does not include the remuneration the Partner may earn for managing the Secondary Services. It is difficult to provide an accurate projection at this stage of the potential returns that the Partner could make in managing and generating efficiencies in relation to the Secondary Services as a viable payment mechanism will be explored as part of the competitive dialogue process. It would also depend on the scale of services the Trust decides to approve to be managed by the Partner.

Estimated value excluding VAT ranges between GBP 5 000 and GBP 150 000 000.

II.2.2)

Options

The contract between the Trust and the Partner will be for an initial term of 10 years with an option to extend (exercisable during the initial term) for a further 5 years.

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

II.3)

Duration of the contract or limit for completion

180

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Trust reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.

III.1.2)

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

Details will be set out in the Invitation to Participate in Competitive Dialogue (ITPD) and/or the contractual documentation and will be developed throughout the competitive dialogue procedure.

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

Expressions of interest in response to this contract notice may be submitted by a single bidder or a consortium. The contracting authority reserves the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.

III.1.4)

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

The Partner may be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations.

III.2)

Conditions for Participation

III.2.1)

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


In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre-qualification questionnaire available from the address in section I.1.

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 pre-qualification questionnaire which is available from the address in section I.1.



As set out in the pre-qualification questionnaire.


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 pre-qualification questionnaire which is available from the address in section I.1.



As set out in the pre-qualification questionnaire.


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?

Yes

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

As set out in the pre-qualification questionnaire which is available from the address in Section I.1.

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

RFT 3885

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

 30-01-2015  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 30-01-2015  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

Section II.1.9 (Variants) — The Trust reserves the right to invite variant proposals and final details of whether variants will be invited will be provided to bidders that are short-listed to participate in the competitive dialogue stage of the procurement.

Section II.1.2 (c) (Additional service categories): No.1 (maintenance and repair services), No.11 (management consultancy services and related services) and No.14 (building cleaning and property management services).

Section IV.3.3 (Conditions for obtaining documents) — The pre-qualification questionnaire and memorandum of information are available upon request from https://www.nhssourcing.co.uk

It is anticipated that the invitation to participate in dialogue will be sent to short-listed bidders in February 2015.

Section IV.3.4 (Time-limit for requests to participate) - Expressions of interest must be by way of completion and return of the pre-qualification questionnaire (in accordance with the requirements set out in the pre-qualification questionnaire) by the date and time specified in Section IV.3.4.

Expressions of interest must be received before the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid such issues as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time. Expressions of interest delivered after the date and time specified or to a different address, electronically or otherwise, will not be considered.

Suppliers Instructions - How to Express Interest using the Bravo NHS e-Sourcing portal

1. If you are not already registered you will need to register your company on the e-Sourcing portal (this is only required once).

2. Browse to the e-Sourcing Portal: https://www.nhssourcing.co.uk and click the link to register.

3. Accept the terms and conditions and click 'continue' –

4. Enter your correct business and user details — Note the user-name you chose and click 'Save' when complete.

5. You will shortly receive an email with your unique password (please keep this secure).

6. Express an Interest in the tender - Login to the portal with the user-name/password.

7. Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier)

8. 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.

9. You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3.

Suppliers Instructions — How to Respond (PQQ)

10. Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining)

11. 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

12. There may be a mixture of on-line and off-line actions for you to perform (there is detailed on-line help available)

13. 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 on-line help, or contact the e-Tendering help desk at help@bravosolution.co.uk or ring 0800 368 4850.

A Bidders' Day will be held on 22.1.2015 at 10:00 - 13:00 at the Medical Education Centre (Outwood site). For those interested in attending, please register your interest with joseph.fowke@burtonft.nhs.uk

The contracting authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Burton Hospitals NHS Foundation Trust

Queen's Hospital, Belvedere Road

Burton-on-Trent

DE13 0RB

UK

paul.mellor@burtonft.nhs.uk

+44 1283511511

http://www.burtonhospitals.nhs.uk/

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

In accordance with Regulation 32 (information about contract award procedures and the application of standstill period prior to contact award) and Regulation 47 (Enforcement of Obligations) of the Public Contracts Regulations 2006 (as amended).

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 15-12-2014

Coding

Commodity categories

ID Title Parent category
75100000 Administration services Administration, defence and social security services
75122000 Administrative healthcare services Administrative services of agencies
75112000 Administrative services for business operations General public services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79993000 Building and facilities management services Miscellaneous business-related services
71315210 Building services consultancy services Building services
71315300 Building surveying services Building services
90911200 Building-cleaning services Accommodation, building and window cleaning services
71315400 Building-inspection services Building services
79410000 Business and management consultancy services Business and management consultancy and related services
79996000 Business organisation services Miscellaneous business-related services
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
79512000 Call centre Telephone-answering services
55520000 Catering services Canteen and catering services
70332200 Commercial property management services Non-residential property services
71530000 Construction consultancy services Construction-related services
71541000 Construction project management services Construction management services
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
79994000 Contract administration services Miscellaneous business-related services
79342310 Customer survey services Marketing services
79342320 Customer-care services Marketing services
70110000 Development services of real estate Real estate services with own property
71314200 Energy-management services Energy and related services
90713000 Environmental issues consultancy services Environmental management
90712000 Environmental planning Environmental management
79419000 Evaluation consultancy services Business and management consultancy services
66000000 Financial and insurance services Finance and Related Services
77314000 Grounds maintenance services Planting and maintenance services of green areas
71317200 Health and safety services Hazard protection and control consultancy services
72253000 Helpdesk and support services System and support services
70332100 Land management services Non-residential property services
70320000 Land rental or sale services Real estate agency services on a fee or contract basis
98311100 Laundry-management services Laundry-collection services
90524000 Medical waste services Radioactive-, toxic-, medical- and hazardous waste services
70332000 Non-residential property services Property management services of real estate on a fee or contract basis
63712400 Parking services Support services for road transport
98341120 Portering services Accommodation services
79418000 Procurement consultancy services Business and management consultancy services
70330000 Property management services of real estate on a fee or contract basis Real estate agency services on a fee or contract basis
71324000 Quantity surveying services Engineering design services
79992000 Reception services Miscellaneous business-related services
45453100 Refurbishment work Overhaul and refurbishment work
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50400000 Repair and maintenance services of medical and precision equipment Repair and maintenance services
70331000 Residential property services Property management services of real estate on a fee or contract basis
79710000 Security services Investigation and security services
71510000 Site-investigation services Construction-related services
71247000 Supervision of building work Architectural, engineering and planning services
71410000 Urban planning services Urban planning and landscape architectural services

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:
joseph.fowke@burtonft.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.