Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Alder House, Alder Court
St Asaph
LL17 0JL
Contact
Gregg Roberts
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://nwssp.nhs.wales/ourservices/procurement-services/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/
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/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
BCU-OJEU-50718 - BCUHB Construction Consultancy Framework N
Reference number
BCU-OJEU-50718
two.1.2) Main CPV code
- 71530000 - Construction consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Betsi Cadwaladr University Health Board requires a flexible contracting arrangement to support the Capital
Development Team. The Health Board aims to appoint suitable consultants to provide support for construction
projects with a value of less than 7 000 000 GBP. The contract will be split into three Lots as described below:
1) Design Team to provide Architectural, Mechanical, Electrical, Structural, Principal Designer and Civil
Engineering Design to facilitate the construction projects for the Health Board. The Design Team would also
include support for BREEAM, ecology and any other specialist services required under the design remit.
2) Cost Advisor to provide support for projects with construction values below
7 000 000 GBP from feasibility to completion.
3) CDM Co-Ordinator to support client duties.
two.1.5) Estimated total value
Value excluding VAT: £6,372,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 2 - Cost Advisor
Lot No
2
two.2.2) Additional CPV code(s)
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
- 71315300 - Building surveying services
- 71322100 - Quantity surveying services for civil engineering works
- 71324000 - Quantity surveying services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
North Wales, UK
two.2.4) Description of the procurement
Cost Advisor to provide support for projects with construction values below 4 000 000 GBP from feasibility tocompletion
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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
Option to extend by a further 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - CDM Advisor
Lot No
3
two.2.2) Additional CPV code(s)
- 71317210 - Health and safety consultancy services
- 79417000 - Safety consultancy services
- 90721000 - Environmental safety services
- 71313410 - Risk or hazard assessment for construction
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
North Wales, UK
two.2.4) Description of the procurement
CDM Advisor to support client duties.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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
Option to extend for a further 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 1 - Design Team
Lot No
1
two.2.2) Additional CPV code(s)
- 71530000 - Construction consultancy services
- 71000000 - Architectural, construction, engineering and inspection services
- 71200000 - Architectural and related services
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71223000 - Architectural services for building extensions
- 71222200 - Rural areas mapping services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
- 71400000 - Urban planning and landscape architectural services
- 71420000 - Landscape architectural services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
North Wales
two.2.4) Description of the procurement
Lot 1
Design Team to provide Architectural, Mechanical, Electrical, Structural, Principal Designer and Civil
Engineering Design to facilitate the construction projects for the Health Board. The Design Team would also
include support for BREEAM, ecology and any other specialist services required under the design remit.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.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
Option to extend by a further 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=125417
(WA Ref:125417)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom