UK-Cardiff: construction work

Sourced by: http://www.theconstructionindex.co.uk

UK-Cardiff: construction work

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Contact point(s): National Health Service Wales Shared Services Partnership – Facilities Services (hosted by Cwm Taf Local Health Board) acting on behalf of the Welsh Ministers NWSSP-FS, PO BOX 182, Bevan House, 24-30 Lambourne Crescent, Llanishenwww.etenderwales.bravosolution.co.uk (NB instructions for use are contained in section IV.3 of this notice) CF14 5GS Cardiff UNITED KINGDOM Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority

Body governed by public law

I.3) Main activity

General public services Health Social protection

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

Supply Chain Partner Framework for Designed for Life Building for Wales 3.

II.1.2) Type of contract and location of works, place of delivery or of performance

Works Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer Main site or location of works, place of delivery or of performance: Wales. NUTS code UKL WALES

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves the establishment of a framework agreement

II.1.4) Information on framework agreement

Framework agreement with several operators Duration of the framework agreement Duration in years: 4 years with an option to extend by a further 2 years Justification for a framework agreement, the duration of which exceeds four years: a) Return on Investment. The strategic approach to health estates management is long term. This framework requires the creation and maintenance of accredited, stable and integrated supply chains and support consultants that require considerable operator investment to establish. A sufficient framework duration is essential to attract and encourage the construction and consultancy effort needed to meet policy standards. b) Scheme duration. Capital investment for the NHS largely consists of the building or refurbishment/redevelopment of clinical and specialist facilities. From the start of design and completion these schemes can easily take three years. The framework should exist for a period that runs until the completion of schemes started from its mid point to ensure that the NHS economy gets its return on the investment made in creating, letting and managing the Framework Agreement. Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 105 540 000 and 343 000 000 GBP

II.1.5) Short description of the contract or purchase(s)

The National Frameworks will cater for health related capital projects with an estimated construction value of over 10 000 000 GBP (including enabling works but excluding Value Added Tax). This equates to projects with a total capital cost (Works Cost, Fees, Non-Works Cost, Equipment, Quantified Risk and Value Added Tax) exceeding 15 000 000 GBP approximately. There will be three National frameworks: — project manager, — cost advisor, — supply chain partner.Supervisor teams will be either appointed from within Local Health Boards or NHS Trusts or procured by the Project Manager on behalf of the Local Health Boards or NHS Trust or be a mixture of both. It is intended that there will be three organisations appointed to each framework discipline i.e.: — three organisations for project manager, — three organisations for cost advisor, — three 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, — two CDM Co-ordinators. All National Frameworks will adopt the NEC3 suite of contracts. Designed for Life Building for Wales 3 will be procured on the basis of an initial four year contract with the option to extend by up to 2 years.Designed for Life Building for Wales 3 will be procured and managed by NWSSP-FS as the agent for the Welsh Government. Welsh Government representatives 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 Partners Services for the National Framework. Candidates are reminded that the issue of documents from NWSSP-FS does not commit NWSSP-FS, the Welsh Ministers, 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-FS, the Welsh Ministers, 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. Community Benefits applies to this contract, Further details: Please refer to this contract notice.

II.1.6) Common procurement vocabulary (CPV)

45000000 Construction work 45110000 Building demolition and wrecking work and earthmoving work 45111000 Demolition, site preparation and clearance work45111100 Demolition work 45210000 Building construction work 45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences 45215200 Construction work for social services buildings 45216000 Construction work for buildings relating to law and order or emergency services and for military buildings 45216100 Construction work for buildings relating to law and order or emergency services 45216120Construction work for buildings relating to emergency services 45216125 Emergency-services building construction work 71200000 Architectural and related services 71210000 Advisory architectural services 71220000 Architectural design services 71240000 Architectural, engineering and planning services 71250000Architectural, engineering and surveying services 71310000 Consultative engineering and construction services 71311000 Civil engineering consultancy services71312000 Structural engineering consultancy services 71315000 Building services 71313000 Environmental engineering consultancy services 71318000Advisory and consultative engineering services 71600000 Technical testing, analysis and consultancy services 71317000 Hazard protection and control consultancy services 71317200 Health and safety services 71317210 Health and safety consultancy services 45215100 Construction work for buildings relating to health

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) Lots

This contract is divided into lots: no

II.1.9) Information about variants

Variants will be accepted: no

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Estimated value excluding VAT: Range: between 105 540 000 and 343 000 000 GBP

II.2.2) Information about options

Options: yes Description of these 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 that 2 years).

II.2.3) Information about renewals

II.3) Duration of the contract or time limit for completion

Duration in months: 72 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

Warranties, bonds and/or parent company guarantees or similar may be required. Full details will be made available in the supporting tender documents.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Full details will be made available in the supporting tender documents.

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No specific legal form is required. Members of consortia or other groupings of legal entities (other than sub-contractors) must accept joint and several liability and appoint a prime contractor to represent their group.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes Description of particular conditions: Contract conditions (including framework agreement and conditions for specific contract awards) to be made available in the supporting tender documents.

III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: It is a mandatory selection requirement for all bidders to be registered with Constructionline ( www.constructionline.co.uk ) and have an “Active” Supplier Profile status throughout the selection stage of this tender process. Bidders must include their Constructionline registration number within the Pre Qualification Questionnaire. Failure to comply with the above request will result in elimination at the selection stage of this procurement process. All contracts will be made between the legal entity as submitted on Constructionline and the Employer (including various Health Boards and Trusts). Therefore, the legal entity you submit via your Constructionline Registration number must be the same legal entity that will enter into the framework agreement and fulfil contracts for the participating bodies. The evaluation will be made upon the legal entity defined by the Constructionline Supplier number.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: As per the above requirements and as per the pre-Qualification Questionnaire (“PQQ”). Minimum level(s) of standards possibly required: As per the PQQ.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: As per the PQQ. Minimum level(s) of standards possibly required: As per the PQQ.

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: Maximum of 5 Objective criteria for choosing the limited number of candidates: Full details are available in the PQQ and supporting documentation.

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

pqq_30212

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 11.1.2012 – 12:00 Payable documents: yes Terms and method of payment: Suppliers Instructions How to Express Interest in this Tender. 1. Register your company on the eTenderwales portal (this is only required once, you are not required to register if you have done so for any previous opportunities on etenderwales). — browse to the eSourcing Portal:www.etenderwales.bravosolution.co.uk — click the “Click here to register” link, — 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 “PQQ’s Open to All Suppliers” link. (These are Pre-Qualification Questionnaires open to any registered supplier), — click on the relevant PQQ to access the content (Supply Chain Partner – code reference pqq_30212), — click the “Express Interest” button, — this will move the PQQ into your “My PQQs” page. (This is a secure area reserved for your projects only), — click on the PQQ code, you can now access any attachments by clicking into “Buyer Attachments” on the left of the screen. 3. Responding to the tender — you can now choose to “Respond” or “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 onscreen instructions to complete the PQQ, — there may be a mixture of online & offline actions for you to perform (theres is detailed online help available). If you require any further assistance use the online help, or the BravoSolution help desk is available Mon – Fri (8am – 6pm) on: — e-mail: help@bravosolution.co.uk — phone: +44 8003684850.

IV.3.4) Time limit for receipt of tenders or requests to participate

18.1.2012 – 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

IV.3.6) Language(s) in which tenders or requests to participate may be drawn up

English.

IV.3.7) Minimum time frame during which the tenderer must maintain the tender

IV.3.8) Conditions for opening tenders

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: no

VI.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: no

VI.3) Additional information

Please refer to Memorandum of Information for further details of the requirement. Buy4Wales Reference Number: 28375.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: The contracting authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the charactersistics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought in accordance with the Public Contracts Regulations 2006 (as amended).

VI.4.3) Service from which information about the lodging of appeals may be obtained

VI.5) Date of dispatch of this notice:

6.12.2011

Comments are closed.

Sites