Tender

Roseberry Park Hospital Defect Rectification Works 2024

  • Tees, Esk and Wear Valleys NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-017659

Procurement identifier (OCID): ocds-h6vhtk-041b84

Published 6 June 2024, 6:19pm



Section one: Contracting authority

one.1) Name and addresses

Tees, Esk and Wear Valleys NHS Foundation Trust

Darlington

Email

steven.boon2@nhs.net

Country

United Kingdom

Region code

UKC13 - Darlington

NHS Organisation Data Service

RX3

Internet address(es)

Main address

https://www.tewv.nhs.uk/

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