Tender

Ealing Community Diagnostic Centre - Contractor Framework Lot 1 and Lot 2

  • London North West University Healthcare NHS Trust

F02: Contract notice

Notice identifier: 2023/S 000-005444

Procurement identifier (OCID): ocds-h6vhtk-03ab7e

Published 23 February 2023, 2:55pm



Section one: Contracting authority

one.1) Name and addresses

London North West University Healthcare NHS Trust

Northwick Park Hospital, Watford Rd

Harrow

HA1 3UJ

Email

steve.prince2@nhs.net

Country

United Kingdom

Region code

UKI7 - Outer London – West and North West

Internet address(es)

Main address

https://www.lnwh.nhs.uk/

Buyer's address

https://www.lnwh.nhs.uk/

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

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://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Ealing Community Diagnostic Centre - Contractor Framework Lot 1 and Lot 2

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The establishment of a framework in two lots to award two contracts to two contractors. Lot 1 for Phase 1 Works and Services and Lot 2 for Phase 2 Works and Services. Both contracts are for the design and construction of new facility at Ealing Hospital. The scope of works and services in each phase are further described in the PQQ Documentation. Works will comprise of substantial refurbishment and extension of existing buildings to provide new community diagnostic centre. Contracts to be awarded on a two stage design and build basis using JCT DB2016 incorporating pre-construction services.

two.1.5) Estimated total value

Value excluding VAT: £14,600,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 2 - Phase 2 Works and Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45215140 - Hospital facilities construction work
  • 71251000 - Architectural and building-surveying services
  • 45215100 - Construction work for buildings relating to health
  • 71220000 - Architectural design services
  • 71300000 - Engineering services
  • 71315210 - Building services consultancy services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 71220000 - Architectural design services
  • 71310000 - Consultative engineering and construction services
  • 71250000 - Architectural, engineering and surveying services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71317210 - Health and safety consultancy services
  • 71310000 - Consultative engineering and construction services
  • 71311000 - Civil engineering consultancy services
  • 71315200 - Building consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71320000 - Engineering design services
  • 71333000 - Mechanical engineering services

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

Phase 2 Works and Services will comprise of the design and construction of new facility at Ealing Hospital. Works will comprise of substantial refurbishment and extension of existing buildings to provide new community diagnostic centre. Contracts to be awarded on a two stage design and build using JCT DB2016 incorporating pre-construction services.

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: £3,600,000

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

Duration in months

24

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) Description

two.2.1) Title

Lot 1 - Phase 1 Works and Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45215100 - Construction work for buildings relating to health
  • 45215140 - Hospital facilities construction work
  • 71334000 - Mechanical and electrical engineering services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 71311000 - Civil engineering consultancy services
  • 71220000 - Architectural design services
  • 71300000 - Engineering services
  • 71320000 - Engineering design services
  • 71400000 - Urban planning and landscape architectural services
  • 71317210 - Health and safety consultancy services
  • 71220000 - Architectural design services
  • 71315210 - Building services consultancy services
  • 71250000 - Architectural, engineering and surveying services
  • 71251000 - Architectural and building-surveying services
  • 71310000 - Consultative engineering and construction services
  • 71312000 - Structural engineering consultancy services
  • 71315200 - Building consultancy services
  • 71333000 - Mechanical engineering services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

Phase 1 Works and Services will comprise of the design and construction of new facility at Ealing Hospital. Works will comprise of substantial refurbishment and extension of existing buildings to provide new community diagnostic centre. Contracts to be awarded on a two stage design and build using JCT DB2016 incorporating pre-construction services.

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: £11,000,000

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

Duration in months

24

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the PQQ. The PQQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.

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.2.3) 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

Accelerated procedure

Justification:

This is justified on the basis of Department of Health requirements to have Community Diagnostic Centres in operation no later than year end 2023. There is therefore an urgent requirement to onboard contractors to commence work as soon as possible.

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

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

10 March 2023

Local time

12:00pm

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

17 March 2023

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

Tender must be valid until: 31 July 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Applicants should note that the estimated value of the Framework as set out in this Notice is based on the Contracting Authority’s current anticipated requirements. The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement. The Contracting Authority will not, under any circumstance, reimburse any expense incurred by Applicants in preparing their tender submissions.

six.4) Procedures for review

six.4.1) Review body

LNWH Procurement Services

Watford Road

Harrow

HA1 3UJ

Country

United Kingdom

Internet address

https://www.lnwh.nhs.uk

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Country

United Kingdom

Internet address

https://www.cedr.com

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office