Tender

Healthcare Equipment Planning Consultant - Hospitals of the Future

  • Leeds Teaching Hospitals NHS Trust

F02: Contract notice

Notice identifier: 2021/S 000-002577

Procurement identifier (OCID): ocds-h6vhtk-029178

Published 9 February 2021, 11:18am



Section one: Contracting authority

one.1) Name and addresses

Leeds Teaching Hospitals NHS Trust

1st Floor Trust HQ, St James’s University Hospital, Beckett Street

Leeds

LS9 7TF

Contact

Mr Hamid Khan

Email

leedsth-tr.btlw@nhs.net

Telephone

+44 1132060435

Country

United Kingdom

NUTS code

UKE42 - Leeds

Internet address(es)

Main address

http://www.leedsteachinghospitals.com/

Buyer's address

http://www.leedsteachinghospitals.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=c1c59444-c667-eb11-8108-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=c1c59444-c667-eb11-8108-005056b64545

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

Healthcare Equipment Planning Consultant - Hospitals of the Future

Reference number

DN525316

two.1.2) Main CPV code

  • 72224000 - Project management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Leeds Teaching Hospitals NHS Trust (“the Trust”) Hospitals of the Future Project was included within Phase 1 of the UK Government's flagship Health Infrastructure Plan ('HIP') and will be among one of the first projects to be delivered. The Trust is proposing a major redevelopment of the Leeds General Infirmary hospital site to create modern, state of the art healthcare facilities that will expand the Trust's world-class healthcare services. The new healthcare facilities, in the region of 94,000m2 will include a new Children’s Hospital, alongside a new Adult Hospital that will include a new Maternity Centre and other acute, ambulatory and clinical support services.

The Trust is seeking to appoint an experienced Healthcare Equipment Planning Consultant (“the Consultant”) who shall support the Trust in the: preparation and implementation of a robust Equipment Planning and Procurement Strategy; preparation of a detailed Bill of Quantities (“BofQ”) and the procurement of equipment items identified in the BofQ as being a Trust responsibility. The services shall be delivered in parallel with the detailed design and construction of the new healthcare facilities.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 72224000 - Project management consultancy services
  • 73000000 - Research and development services and related consultancy services
  • 79410000 - Business and management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKE42 - Leeds

two.2.4) Description of the procurement

The new healthcare facilities are expected to be in the region of 94,000m2 subject to design. The Trust has secured DHSC approval of an Outline Business Case ('OBC') and has also secured Outline Planning Consent. The project must be complete in 2025.

The Trust is seeking to appoint an experienced and innovative Healthcare Equipment Planning Consultant. The appointed Consultant shall provide specialist equipment planning, costing and procurement services to support the delivery of the Trust’s new healthcare facilities.

The Consultant will be required to support the Trust throughout the design development and pre-construction stages and also provide support during the construction, commissioning and post-completion stages of the works.

It is expected that the specialist Healthcare Equipment Planning Consultant shall be responsible for specifying all equipment items and requirements up to and including RIBA Stage 2. The BofQ and costs at the conclusion to this stage shall provisionally identify the responsibility for items of equipment (in accordance with the Equipment Procurement Strategy) to be provided by the Client and the Contractor. Beyond RIBA Stage 2, it is expected that the Contractor shall assume responsibility for those items of equipment identified as Contractor responsibility although the Equipment Planning Consultant shall continue to provide specialist advice and support to the Trust in the planning and procurement of Trust responsibility items, the review of Contractor items as well as supporting and leading processes where there is deemed a form of joint equipment responsibility.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

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.2.14) Additional information

The Trust 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. The Trust has no liability in respect of any costs or time incurred by organisations in expressing an interest in or bidding for this opportunity.


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The contract will contain in particular obligations relating to the achievement of environmental, economic or social objectives.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

12 March 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

12 April 2021

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: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Bidders should note that the procurement documents (including the Invitation to Tender) are draft documents at this stage, providing indicative information of the Trust's intended approach in the procurement process and are for general information only. The Trust reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

Requests to participate must be by way of completion and return of the standard selection questionnaire (in accordance with the requirements set out in the standard selection questionnaire) via the Procontract portal by the date and time specified in section IV.2.2). Please note, all clarification questions should be submitted through the portal and all responses and any additional information will be provided through the portal. Interested organisations are responsible for ensuring that they check the portal regularly for updates and further information.

The Trust intends to hold a virtual Market Open Day on 18 February 2021 via Microsoft Teams for those organisations interested in this opportunity. This will involve the Trust delivering a presentation to provide interested organisations with further information on the project. There will also be the opportunity for interested organisations to raise queries with the Trust in this open forum. In order to attend, interested organisations should email [leedsth-tr.btlw@nhs.net] with details of their organisation along with the names and email addresses of those individuals who wish to attend the event.

The Trust reserves the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such 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.

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Royal Court of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).