Opportunity

Monklands Hospital Replacement Project

  • NHS Lanarkshire

F02: Contract notice

Notice reference: 2022/S 000-012481

Published 13 May 2022, 12:54pm



Section one: Contracting authority

one.1) Name and addresses

NHS Lanarkshire

NHS Lanarkshire Headquarters, Kirklands, Fallside Road

Bothwell

G71 8BB

Contact

Euan Erskine

Email

tenders@lanarkshire.scot.nhs.uk

Telephone

+44 1698752649

Country

United Kingdom

NUTS code

UKM8 - West Central Scotland

Internet address(es)

Main address

http://www.nhslanarkshire.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.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

Monklands Hospital Replacement Project

two.1.2) Main CPV code

  • 45215100 - Construction work for buildings relating to health

two.1.3) Type of contract

Works

two.1.4) Short description

University Hospital Monklands has greatly exceeded its design life which poses many operational and financial challenges. In early 2016 NHS Lanarkshire announced its intention to replace or refurbish the current facilities at University Hospital Monklands with new hospital accommodation of sufficient quality and clinical functionality.

Following option appraisal exercises and extensive public consultation a site at Wester Moffat, Airdrie was confirmed as the preferred location for the new Hospital in January 2021.

The objective of this Contract Notice is to invite those organisations who are potential design and delivery partners to respond to this opportunity to provide qualification information.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
Main site or place of performance

New hospital site in Wester Moffat.

two.2.4) Description of the procurement

NHS Lanarkshire is seeking to procure a design and delivery partner for the Monklands Replacement Project (MRP). This procurement may result in at least 4 contracts with the same contractor, depending on the outcome of the selected contractor’s second stage tender under a two-stage design and build process. These contracts will be: (1) a pre-construction services agreement for design services from the end of RIBA Stage 3, based on the NEC4 Professional Services Contract terms and conditions; (2) an advance works contract based on the NEC4 ECC terms and conditions, for enabling works; (3) a building contract for the main MRP works based on the NEC4 ECC terms and conditions; and (4) a maintenance contract (or contracts) likely to be based on the NEC4 TSC terms and conditions. It is possible that work required to the East Airdrie Link Road could be undertaken by NHS Lanarkshire; if so, this work would also be carried out by the contractor either as part of the works under the building contract for the main MRP works or under a separate contract based on the NEC4 ECC. This procurement will be undertaken using the competitive dialogue procedure, with a two-stage design and build procurement route. Bidders' responses to this Contract Notice will be evaluated and a shortlist of maximum 3 bidders will be invited to participate in dialogue. At the end of the dialogue period, bidders will be invited to tender; after evaluation, one bidder will be awarded the contract to provide the pre-construction stage services and develop the Scope required to build and maintain the new Monklands hospital, culminating in the contractor’s submission of a second stage tender for the main MRP works. The building contract for the main MRP works, and potentially the advance works contract for enabling works, would be awarded only on successful agreement of a target price and approval by the Scottish Government of the Full Business Case, following receipt of the contractor’s second stage tender, with the maintenance contract(s) awarded at a subsequent date when the Scope is fully defined and price agreed. Further details are included in the procurement documents accompanying this Contract Notice.

two.2.5) Award criteria

Quality criterion - Name: As described in the attached document / Weighting: 70

Price - Weighting: 30

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

Start date

1 December 2022

End date

9 May 2031

This contract is subject to renewal

No

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

Envisaged minimum number: 3

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

There are no requirements regarding suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Minimum annual turnover required is GBP1,000 million.

Minimum threshold for financial ratio scoring is 7 out of 14. The following ratios are required:

* Operating profit percentage (turnover/operating profit before exceptional items)

* Net interest cover (Operating profit before exceptional items / net interest payable less interest received)

*Current ratio (current assets/current liabilities).

Other measures taken into account are: net asset test including intangibles; and the auditor report.

Full details of all economic and financial standing information and tests are included in the procurement documents accompanying this Contract Notice.

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

Social considerations contract conditions will be included at ITPD stage and are referred to in the SPD.

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

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-000189

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 June 2022

Local time

12:00pm

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

5 July 2022

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 March 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

1. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

2. Under this procurement the contractor will be required to support the authority's economic and social regeneration objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations.

3. NHS Lanarkshire is committed to ensuring delivery of high quality services ...please see Doc 2 for rest of this information.

4. It is expected that the Contractor will take a positive approach to Fair Work practices, including for example paying the real Living Wage, providing channels for effective voice, and investing in workforce development.

5. Exclusions under Regulation 58 of the Public Contracts (Scotland) Act 2015 apply.

6. Required insurance levels are as follows: PII not less than twenty five million pounds (GBP25,000,000) (indexed) in the annual aggregate with a minimum of two automatic reinstatements of the limit. Employer's Liability as required by Law; all such Insurance shall carry a limit of indemnity of not less than twenty million pounds (GBP20,000,000) (indexed) for any one claim (or such greater level as required by Law) and a zero excess / deductible. Public Liability not less than twenty five million pounds (GBP25,000,000) (indexed) in respect of any one occurrence, the number of occurrences being unlimited, but in the aggregate in respect of pollution liability. Insurance levels have been set as a minimum for selection stage as insurances will be covered as part of the dialogue. The discussion at dialogue will include works insurance as an addition to the 3 insurances stated in this paragraph.

7. Candidates are required to list the subcontractors they propose to use in so far as they are known.

8. This is considered to be a priority climate change project. The SPD includes questions on environmental management measures and requires a climate change plan.

9. The value of GBP500 million has a base date of Q2 2022. Note that the value of the contract could be GBP700 to GBP800 million (base date of Q2 2022) depending on the extent of any work on the East Airdrie Link Road.

10. Recourse to staged procedure to gradually reduce the number of solutions may take place in accordance with Regulation 31(12) of the Public Contracts (Scotland) Regulations 2015.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=684670.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The approach to community benefits is described in the procurement documents accompanying this Contract Notice, as well as the questions which are part of the pre-qualification process.

(SC Ref:684670)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Hamilton

Country

United Kingdom