Tender

Reconfiguration of an Existing Medical Distribution Facility

  • South East Coast Ambulance Service NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-017158

Procurement identifier (OCID): ocds-h6vhtk-046cfd

Published 3 June 2024, 1:54pm



Section one: Contracting authority

one.1) Name and addresses

South East Coast Ambulance Service NHS Foundation Trust

Nexus House, 4 Gatwick Road

Crawley

TN12 6BE

Contact

Please use the communication function in Bravo

Email

procurement@secamb.nhs.uk

Telephone

+44 1892831139

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

www.secamb.nhs.uk

Buyer's address

https://commercialsolutions.bravosolution.co.uk

one.3) Communication

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

https://commercialsolutions.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://commercialsolutions.bravosolution.co.uk

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

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

Reconfiguration of an Existing Medical Distribution Facility

Reference number

pqq_1170 - Reconfiguration of an Existing Medical Distribution Facility

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The project involves the reconfiguration of an existing medical distribution facility across two floors at the Paddock Wood Make Ready Centre (MRC) to improve dispersal efficiencies and manual handling associated with the packaging and distribution of controlled drugs and medicines; with the provision of a new Goods only platform lift between the two floors.

The works include improvements to the MEP services on both floors including new heating/cooling and ventilation. Improved security and IT facilities, structural alterations associated with the new Goods lift, provision of new partition walls and alterations, and redecoration throughout to walls, floors and ceilings.

The facility will remain in operation throughout the construction phase, generally during normal working hours Monday to Friday, which will require careful co-ordination with the on-site staff to minimise disruption and impacts such as noise, dust and security concerns associated with storage and distribution of the controlled drugs.

Bidders should only respond if they have adequate resources to:

a. Price the works within a 4-week period in the months of June / July 2024

b. Have adequate resources to deliver the works in August – November 2024

Please express your interest through pqq_1170 - Reconfiguration of an Existing Medical Distribution Facility, which contains instructions for bidding and draft floor plans etc.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work
  • 45400000 - Building completion work

two.2.3) Place of performance

NUTS codes
  • IE052 - South-East
Main site or place of performance

Tonbridge TN12 6BE

two.2.4) Description of the procurement

Reconfiguration of an existing medical distribution facility across two floors at a Make Ready Centre to improve dispersal efficiencies and manual handling associated with the packaging and distribution of controlled drugs and medicines; with the provision of a new Goods only platform lift supplied by SECAmb).

JCT Traditional with Contractors Design to include relocation, alteration & removal of existing services as deemed necessary; new service routes and; heating, cooling & Ventilation Controls

Bidders should only respond to pqq_1170, if they have adequate resources to:

a. Price the works within a 4-week period in the months of June / July 2024

b. Have adequate resources to deliver the works in August – November 2024

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: £600,000

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

Duration in months

3

This contract is subject to renewal

No

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

Bidders should only respond if they have adequate resources to deliver the works in August – November 2024

three.1.3) Technical and professional ability

List and brief description of selection criteria

Constructionline or CHAS and/or UKAS ISO 45001


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: No

four.2) Administrative information

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

Date

11 June 2024

Local time

10:00am

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 October 2024

four.2.7) Conditions for opening of tenders

Date

11 June 2024

Local time

10:01am


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

Electronic invoices only accepted via e-Invoicing portal, Tradeshift. You can find more information at http://tradeshift.com/supplier/nhs-sbs/

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Liverpool

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom