Section one: Contracting authority
one.1) Name and addresses
London North West University Healthcare NHS Trust
Northwick Park Hospital, Watford Rd
Harrow
HA1 3UJ
Country
United Kingdom
Region code
UKI7 - Outer London – West and North West
Internet address(es)
Main address
Buyer's address
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
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom