Section one: Contracting authority
one.1) Name and addresses
Tees, Esk and Wear Valleys NHS Foundation Trust
Darlington
Country
United Kingdom
Region code
UKC13 - Darlington
NHS Organisation Data Service
RX3
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.wardhadaway.com/tees-esk-and-wear-valleys-nhs-foundation-trust/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.wardhadaway.com/tees-esk-and-wear-valleys-nhs-foundation-trust/
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
Roseberry Park Hospital Defect Rectification Works 2024
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Rectification of defects within Blocks 1 and 9 (with the possibility of extending the contract to other blocks) of Roseberry Park Hospital, including:
- assisting the Trust in continuing condition and defect surveys and developing a rectification works plan for each of these blocks;
- remediation of defects and/or required lifecycle work and/or limited enhancement works;
- comprehensive record keeping and documenting of defects and remedial works, including full photographic record of defects and works undertaken.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
- 51100000 - Installation services of electrical and mechanical equipment
- 71300000 - Engineering services
- 71500000 - Construction-related services
two.2.3) Place of performance
NUTS codes
- UKE2 - North Yorkshire
Main site or place of performance
Roseberry Park Hospital
Marton Road
Middlesbrough
North Yorkshire
TS4 3AF
two.2.4) Description of the procurement
Rectification of defects within Roseberry Park Hospital (an NHS hospital specialising in the provision of adult and older adult inpatient mental health services and forensic adult inpatient mental health and learning disabilities services), including:
- remediation of defects and/or required lifecycle work and/or limited enhancement works within Block 1 and Block 9;
- comprehensive record keeping and documentation of defects and remedial works including full photographic record of defects and works undertaken;
- robust and transparent exercise to select and appoint subcontractors in a manner which demonstrates value for money;
- liaise with the Trust's nominees, including but not limited to, the Trust's Clerks of Works Supervisor, representatives, estates officers, security personnel and clerks of works (when appointed) in a transparent and proactive manner which facilitates detailed review, inspection and oversight by them;
- programming of works in a manner which supports the Trust's clinical requirements from time to time;
- programming of works in a manner which also affords sufficient opportunity for inspection by the Trust's Clerks of Works and third parties.
The rectification of defects within Blocks 1 and 9 will be completed first. Subsequent phases, covering Blocks 2, 3, 4, 6, 7, 8, 11, 12, 13, 14 and 15, may be included within the scope of the resultant contract by way of contract extension following satisfactory completion of the rectification works in Block 1 and 9.
two.2.5) Award criteria
Quality criterion - Name: Programme and delivery / Weighting: 11%
Quality criterion - Name: Information and record keeping / Weighting: 11%
Quality criterion - Name: Performance regime and quality / Weighting: 11%
Quality criterion - Name: Sub-contractors / Weighting: 11%
Quality criterion - Name: Staffing and resource / Weighting: 11%
Quality criterion - Name: Tackling climate change / Weighting: 2.5%
Quality criterion - Name: Tackling economic inequality / Weighting: 2.5%
Quality criterion - Name: Equal opportunity / Weighting: 2.5%
Quality criterion - Name: Wellbeing / Weighting: 2.5%
Price - Weighting: 35%
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
6 January 2025
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: 3
Objective criteria for choosing the limited number of candidates:
As detailed in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The contract start date stated at II.2.7 is an estimate based on the indicative procurement timetable.
The estimated value of £15,000,000, as stated at section II.1.5 and II.2.6 of this notice, is the estimated value in respect of the works relating to Blocks 1 and 9 ("Phase 2"), as described at section II.2.4 of this notice. Please note that the total estimated potential value, should the contract scope subsequently be extended beyond Phase 2 to include subsequent phases covering Blocks 2, 3, 4, 6, 7, 8, 11, 12, 13, 14 and 15, is £95,000,000 (based upon the analysis of works already undertaken in relation to Blocks 5 and 10, and extrapolated across what is currently the remaining occupied and, as yet, unrectified accommodation at Roseberry Park Hospital, and an estimate of the extent of rectification that will be required).
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
See the procurement documents.
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
See the procurement documents.
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 procedure with negotiation
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.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2023/S 000-034355
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 July 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 July 2024
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Trust does not bind itself to accept the lowest or any tender.
The Trust reserves the right to terminate the procurement process (or part of it) at any time, to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means.
The Trust is not liable for any costs incurred by those expressing an interest in or tendering for this contract including but not limited to where the contract award procedure is cancelled or adjusted for any reason. No reimbursement of costs shall be available. The Trust may, at its sole discretion, modify the procurement documents (including any part of them) by amendments in writing, including extending the deadline for receipt of responses and/or tenders.
All responses and tenders and all supporting documentation for the contract must be priced in pounds sterling and all payments made in relation to the contract will be made in pounds sterling. The Trust reserves the right to require deposits, guarantees, bonds, insurance cover and/or other forms of security cover it deems appropriate. All responses, tenders and all supporting documentation for the contract must be written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts.
The Trust reserves the right to approve any and all sub-contractor appointments that tenderers intend to make. Where a potential provider may only be capable of providing certain elements of the service requirements themselves they may wish to form a consortium or joint venture with others to facilitate provision of all services. The Trust intends to enter into one contract only for the entire requirement.
The costs of participation in the procurement will be borne by each potential provider.
six.4) Procedures for review
six.4.1) Review body
Tees, Esk and Wear Valleys NHS Foundation Trust
West Park Hospital, Edward Pease Way
Darlington
DL2 2TS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Trust will incorporate a ten (10) calendar day standstill period at the point information about the actual award of the contract is communicated to tenderers.
That notification will provide information on the award decision.
The standstill period provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide remedies under statute for aggrieved parties