Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Swansea Bay University Health Board
Block A, Neath Port Talbot Hospital
Swansea
SA12 7BX
UK
Contact person: Shannon Mason
E-mail: shannon.mason@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-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
Access to the procurement documents is restricted. Further information can be obtained 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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
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
Mechanical & Electrical Engineer Contractors Framework for Swansea Bay University Health Board
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
Swansea Bay University Health Board (“SBUHB”) is conducting a procurement exercise under the restricted procedure (as set out in the Public Contracts Regulations 2015 (as amended) (“PCR”) to award two multi-supplier framework agreements (“Contractor Frameworks”) for the provision of Electrical and Mechanical Contractors for the Engineering needs of the SBUHB.
The proposed M&E contractors’ frameworks are intended to embed the principles of partnering and collaborative working in order to modernise the NHS approach to construction projects, as well as deliver benefits in terms of quality, time, and cost.
The frameworks will deliver M&E projects up to 2,000,000 (GBP) net construction works value threshold and should be capable of offering a consistent programme of work to attract market interest.
The Framework agreement will cover the following:
Lot 1 – Mechanical Contractors
Rotational Award
Value Band - Will cover the provision of works up to the value of 2,000,000 (GBP), across the Swansea Bay region.
Lot 2 –Electrical Contractors
Rotational Award
Value Band - Will cover the provision of works up to the value of 2,000,000 (GBP), across the Swansea Bay region.
Bidders will be able to express an interest in respect of Lot 1 and/or Lot 2. Based on previous procurement exercises and soft market engagement, it is expected that companies based in the geographical area will bid against Lot 1 and/or Lot 2.
Each Lot will host a maximum of 3 suppliers, who will be awarded on a ‘rotational’ basis. The supplier who scores the highest will be offered schemes first, followed by the second and third supplier within the Lot.
However, the Framework will offer a flexible approach to supplier selection post-award, whereby the Health Board may utilise the ‘rotational’ award basis or proceed to a mini competition among the awarded contractors. Mini-competition exercises may be undertaken on approximately 5 schemes per annum.
All awards made under the Mechanical and Electrical Engineering Contractors Framework are to be in accordance with the NEC4 suite of contracts, which will be managed by the Capital Planning department.
Estimated Total Value:
1.25M (GBP) per year over a 3 year term with an option to extend a duration of 12 months (3 year +1)
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Mechanical Engineer Contractors Framework for Swansea Bay University Health Board
II.2.2) Additional CPV code(s)
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Swansea Bay University Health Board (SBUHB)
II.2.4) Description of the procurement
Lot 1 - Mechanical Contractors Framework
The framework will cover the provision of works up to the value of 2,000,000 (GBP), across the Swansea Bay region.
Bidders will be able to express an interest in respect of Lot 1 and/or Lot 2. Based on previous procurement exercises and soft market engagement, it is expected that companies based in the geographical area will bid against Lot 1 and/or Lot 2.
All awards made under the Mechanical and Electrical Engineering Contractors Framework are to be in accordance with the NEC4 suite of contracts, which will be managed by the Capital Planning department.
Estimated Total Value:
1.25M per year over a 3 year term with an option to extend a duration of 12 months (3 year +1)
For the avoidance of doubt, bidding organisations are permitted to bid for any lot/value bracket. The Framework is available for the use of Swansea Bay University Health Board (SBUHB) only.
Bidding organisations should note that the Authority (SBUHB) gives no warranty or guarantee of any value or number of call-off contracts awarded under the 2 Contractors Frameworks (Lots 1 and 2).
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: 36
This contract is subject to renewal: Yes
Description of renewals:
The framework will be in place for a 3 year period with the option to extend a further 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Candidates should note that the procurement documents are not available at this stage, and final procurement documents will be published for review via eTender Wales in December 2023.
Candidates should be aware that the Authority reserve the right to not accept requests from participants who do not hold a Constructionline Registration.
Lot No: 2
II.2.1) Title
Electrical Engineer Contractors Framework for Swansea Bay University Health Board
II.2.2) Additional CPV code(s)
45210000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Swansea Bay University Health Board (SBUHB)
II.2.4) Description of the procurement
Lot 2 – Electrical Contractors Framework
The framework will cover the provision of works up to the value of 2,000,000 (GBP) across the Swansea Bay region.
Bidders will be able to express an interest in respect of Lot 1 and/or Lot 2. Based on previous procurement exercises and soft market engagement, it is expected that companies based in the geographical area will bid against Lot 1 and/or Lot 2.
All awards made under the Mechanical and Electrical Engineering Contractors Framework are to be in accordance with the NEC4 suite of contracts, which will be managed by the Capital Planning department.
Estimated Total Value:
1.25M per year over a 3 year term with an option to extend a duration of 12 months (3 year +1)
For the avoidance of doubt, bidding organisations are permitted to bid for any lot/value bracket. The Framework is available for the use of Swansea Bay University Health Board (SBUHB) only.
Bidding organisations should note that the Authority (SBUHB) gives no warranty or guarantee of any value or number of call-off contracts awarded under the 2 Contractors Frameworks (Lots 1 and 2).
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: 36
This contract is subject to renewal: Yes
Description of renewals:
The framework agreement will be in place for a 3 year period with an option to extend a further 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
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
Candidates should note that the procurement documents are not available at this stage, and final procurement documents will be published for review via eTender Wales in December 2023.
Candidates should be aware that the Authority reserve the right to not accept requests from participants who do not hold a Constructionline Registration
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
Any call-off contract awarded against the Framework will be subject to the relevant NEC Contract. Performance will be managed on a call-off contract by call-off contract basis.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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: 6
Justification for any framework agreement duration exceeding 4 years: N/A
3 year framework agreement with an option to extend a further 4 years.
IV.1.6) Information about electronic auction
An electronic auction will be used
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:
2023/S 000-029296
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/02/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
12/02/2024
Local time: 15:00
Place:
https://etenderwales.bravosolution.co.uk/home.html
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE:
The Authority (SBUHB) is using eTenderwales
(https://etenderwales.bravosolution.co.uk/home.html) to carry out this procurement process.
Candidates should note that the procurement documents are not available at this stage, and final procurement documents will be published for review via eTender Wales on Wednesday 06th December 2023.
Candidates should be aware that the Authority reserve the right to not accept requests from participants who do not hold a Constructionline Registration.
Interested organisations may bid for, and be awarded for both Lot 1 - Mechanical Contractors Framework and Lot 2 - Electrical Contractors Framework. Bidding organisations should note that The Health Board gives no warranty or guarantee of any value or number of call-off contracts awarded under the either of the Framework Agreements (Lots 1 and/or 2).
The Health Board reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in the tender process.
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.
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=136612
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:
Under the terms of this framework 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.
Bidders will be required to demonstrate Community Benefits for applicable call-off contracts in relation to each Framework Agreement (Lot 1 - Mechanical Contractors Framework and Lot 2 - Electrical Contractors Framework).
Bidders will not be required to demonstrate Community Benefits for call-off contracts valued below 1,000,000 (GBP).
(WA Ref:136612)
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
20/11/2023