Opportunity

Construction Framework for Hywel Dda University Health Board and Swansea Bay University Health Board

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice reference: 2021/S 000-021103

Published 26 August 2021, 9:35am



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

Email

samantha.pennington@wales.nhs.uk

Telephone

+44 1443848585

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

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://etenderwales.bravosolution.co.uk/web/login.shtml

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

Construction Framework for Hywel Dda University Health Board and Swansea Bay University Health Board

Reference number

SBU-OJEU-48066-009-SP-21

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Swansea Bay University Health Board (“SBUHB”) is acting as the lead organisation in conducting a collaborative procurement exercise under the restricted procedure (as set out in the Public Contracts Regulations 2015 (as amended) (“PCR”) to award three multi-supplier framework agreements (“Construction Frameworks”) for the provision of construction based works/projects for the construction needs of the SBUHB and Hywel Dda University Health Board (“HDUHB”).

Lot 1 – Minor

Framework Agreement 1 (“FA1”) will cover the provisions of works up to the value of 200k GBP in the Swansea Bay region (“Region A”).

Framework Agreement 2 (“FA2”) will cover the provision of works of up to the value of 200k GBP in the Hywel Dda region (Region B).

Lot 2 - Intermediate

Framework Agreement 3 (“FA3”) will cover the provision of works between 200k GBP – 2m GBP across Region A. Framework Framework 4 (“FA4”) will cover the provision of works between 200k GBP – 2m GBP across Region B.

Lot 3 – Major

Framework Agreement 5 (“FA5”) will cover the provision of works across both Region A and Region B valued between 2m GBP and 4m GBP.

The framework agreements will cover the same range of services but will be established based on the anticipated value of the individual works that made be awarded.

Interested organisations may bid for, and may be awarded, Lot 1 - FA1 and/or FA2, Lot 2 -FA3 and/or FA4. However, the Authorities will not accept expressions of interest in relation to Lot 3 – FA5 if the organisation has also bid for Lot and/or Lot2.

The works will be required to be delivered in the relevant geographical areas stated for FA 1, 2, 3 and 4. The works under FA5 will be required to be delivered across both the geographical areas of the both Authorities.

A Project Bank Account (PBA) will operate in relation to Lot 3 (FA5) where individual call-off contracts have a value of 2m GBP or more. The PBA will adhere to the minimum requirements set out in the Guidelines for deploying Welsh Government PBA policy and Welsh Fair Payment Policy. Payments to suppliers outside the PBA regime must also comply with the Welsh Fair Payment Policy.

two.1.5) Estimated total value

Value excluding VAT: £84,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

see VI.3) and procurement documents for further information

two.2) Description

two.2.1) Title

Construction Framework- Minor Works(FA-1)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45111211 - Blasting work
  • 45111212 - Rock-removal work
  • 45111213 - Site-clearance work
  • 45111214 - Blast-clearing work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211350 - Multi-functional buildings construction work
  • 45215100 - Construction work for buildings relating to health
  • 45215120 - Special medical building construction work
  • 45215130 - Clinic construction work
  • 45215140 - Hospital facilities construction work
  • 45215141 - Operating theatre construction work
  • 45215142 - Intensive-care unit construction work
  • 45215143 - Diagnostic screening room construction work
  • 45215144 - Screening rooms construction work
  • 45215148 - Catheter room construction work
  • 45261000 - Erection and related works of roof frames and coverings
  • 45262690 - Refurbishment of run-down buildings
  • 45262700 - Building alteration work
  • 45262710 - Fresco maintenance work
  • 45262800 - Building extension work
  • 45262900 - Balcony work
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKL17 – Bridgend and Neath Port Talbot

UKL18 – Swansea

two.2.4) Description of the procurement

This is a multi-supplier framework agreement between the SBUHB and 3 framework suppliers for the provision of works valued up to 200k GBP in the Swansea Bay region (“Region A”).

The range of services envisaged being required under Framework Agreement 1 (“FA1”) may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

SBUHB may opt to use project bank accounts for individual projects carried out under Lot 1 Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: £8,000,000

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

Duration in months

48

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: Yes

Description of options

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

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.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

two.2) Description

two.2.1) Title

Construction Framework- Minor Works (FA-2)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45111210 - Blasting and associated rock-removal work
  • 45111211 - Blasting work
  • 45111212 - Rock-removal work
  • 45111213 - Site-clearance work
  • 45111214 - Blast-clearing work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45211350 - Multi-functional buildings construction work
  • 45215100 - Construction work for buildings relating to health
  • 45215120 - Special medical building construction work
  • 45215130 - Clinic construction work
  • 45215140 - Hospital facilities construction work
  • 45215141 - Operating theatre construction work
  • 45215142 - Intensive-care unit construction work
  • 45215143 - Diagnostic screening room construction work
  • 45215144 - Screening rooms construction work
  • 45215145 - Fluoroscopy room construction work
  • 45215146 - Pathology room construction work
  • 45215147 - Forensic room construction work
  • 45215148 - Catheter room construction work
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45262690 - Refurbishment of run-down buildings
  • 45262710 - Fresco maintenance work
  • 45262700 - Building alteration work
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKL14 – South West Wales

two.2.4) Description of the procurement

This is a multi-supplier framework agreement between HDUHB and the 3 framework suppliers for the provision of works valued at up to 200k GBP in the Hywel Dda region (“Region B”).

The range of services envisaged being required under Construction Framework 2 may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

HDUHB may opt to use project bank accounts for individual projects carried out under Lot 2. Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: £4,000,000

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

Duration in months

48

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: Yes

Description of options

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

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.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

two.2) Description

two.2.1) Title

Construction Framework Intermediate Works (FA-3)

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45111210 - Blasting and associated rock-removal work
  • 45111211 - Blasting work
  • 45111212 - Rock-removal work
  • 45111213 - Site-clearance work
  • 45111214 - Blast-clearing work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211350 - Multi-functional buildings construction work
  • 45215100 - Construction work for buildings relating to health
  • 45215120 - Special medical building construction work
  • 45215130 - Clinic construction work
  • 45215140 - Hospital facilities construction work
  • 45215141 - Operating theatre construction work
  • 45215142 - Intensive-care unit construction work
  • 45215143 - Diagnostic screening room construction work
  • 45215144 - Screening rooms construction work
  • 45215145 - Fluoroscopy room construction work
  • 45215146 - Pathology room construction work
  • 45215147 - Forensic room construction work
  • 45215148 - Catheter room construction work
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45262690 - Refurbishment of run-down buildings
  • 45262700 - Building alteration work
  • 45262710 - Fresco maintenance work
  • 45262800 - Building extension work
  • 45262900 - Balcony work
  • 45300000 - Building installation work
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKL17 – Bridgend and Neath Port Talbot

UKL18 – Swansea

two.2.4) Description of the procurement

This is a multi-supplier framework agreement between SBUHB and the 3 framework suppliers for the provision of works valued at between 200k GBP and 2m GBP in the Swansea Bay region (“Region A”).

The range of services envisaged being required under Framework Agreement 3 (“FA3”) may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

SBUHB may opt to use project bank accounts for individual projects carried out under Lot 3. Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: £20,000,000

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

Duration in months

48

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: Yes

Description of options

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

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.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

two.2) Description

two.2.1) Title

Construction Framework Intermediate Works (FA-4)

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work
  • 45111200 - Site preparation and clearance work
  • 45111210 - Blasting and associated rock-removal work
  • 45111211 - Blasting work
  • 45111212 - Rock-removal work
  • 45111213 - Site-clearance work
  • 45111214 - Blast-clearing work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211350 - Multi-functional buildings construction work
  • 45215100 - Construction work for buildings relating to health
  • 45215120 - Special medical building construction work
  • 45215130 - Clinic construction work
  • 45215140 - Hospital facilities construction work
  • 45215141 - Operating theatre construction work
  • 45215142 - Intensive-care unit construction work
  • 45215143 - Diagnostic screening room construction work
  • 45215144 - Screening rooms construction work
  • 45215145 - Fluoroscopy room construction work
  • 45215146 - Pathology room construction work
  • 45215147 - Forensic room construction work
  • 45215148 - Catheter room construction work
  • 45262800 - Building extension work
  • 45262900 - Balcony work
  • 50700000 - Repair and maintenance services of building installations
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKL14 – South West Wales

two.2.4) Description of the procurement

This is a multi-supplier framework agreement between HDUHB and the 3 framework suppliers for the provision of works valued at between 200k GBP and 2m GBP in the Hywel Dda region (“Region B”).

The range of services envisaged being required under Framework Agreement 4 (“FA4”) may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

HDUHB may opt to use project bank accounts for individual projects carried out under Lot 4. Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: £12,000,000

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

Duration in months

48

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: Yes

Description of options

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

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.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

two.2) Description

two.2.1) Title

Construction Framework Major Works (FA-5)

Lot No

5

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111200 - Site preparation and clearance work
  • 45111210 - Blasting and associated rock-removal work
  • 45111211 - Blasting work
  • 45111212 - Rock-removal work
  • 45111213 - Site-clearance work
  • 45111214 - Blast-clearing work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211350 - Multi-functional buildings construction work
  • 45215100 - Construction work for buildings relating to health
  • 45215130 - Clinic construction work
  • 45215140 - Hospital facilities construction work
  • 45215141 - Operating theatre construction work
  • 45215142 - Intensive-care unit construction work
  • 45215143 - Diagnostic screening room construction work
  • 45215144 - Screening rooms construction work
  • 45215145 - Fluoroscopy room construction work
  • 45215147 - Forensic room construction work
  • 45215148 - Catheter room construction work
  • 45260000 - Roof works and other special trade construction works
  • 45261000 - Erection and related works of roof frames and coverings
  • 45262690 - Refurbishment of run-down buildings
  • 45262700 - Building alteration work
  • 45262710 - Fresco maintenance work
  • 45262900 - Balcony work
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKL14 – South West Wales

UKL17 – Bridgend and Neath Port Talbot

UK18 – Swansea

two.2.4) Description of the procurement

This is a multi-supplier framework agreement between SBUHB and HDUHB and the 3 framework suppliers for the provision of works valued at between 2m GBP and 4m GBP in the Swansea Bay region (“Region A”) and Hywel Dda region (“Region B”).

The range of services envisaged being required under Framework Agreement 5 (“FA5”) may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

SBUHB and DHUHB may opt to use project bank accounts for individual projects carried out under Lot 5. Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: £40,000,000

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

Duration in months

48

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: Yes

Description of options

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

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.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

The Framework and underlying call-off contracts will contain provisions that relate in particular to social and environmental matters.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

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

27 September 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

27 September 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

For the avoidance of doubt, organisations that bid for Lot 3 will not be permitted to bid for any other lots.

The Frameworks are available for use by SBUHB and HDUHB only

Candidates should note that the Authorities give no warranty or guarantee of any value or number of call-off contracts awarded under the 5 Construction Frameworks (Lots 1 – 3).

Candidates should note that the procurement documents (including the Invitation to Tender) are draft documents at this stage, providing indicative information of the Authorities’ intended approach in the procurement process and are for general information only. The Authorities reserve the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

Requests to participate must be by way of completion and return of the SQ document (in accordance with the requirements set out in the SQ document) by the date and time specified in Section IV.2.2. The Authorities reserve the right not to accept requests to participate that are received after the deadline. Candidates are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.

Candidates are responsible for their own costs in relation to this procurement process. The Authorities reserve the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in the tender process.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=113359

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits will be available within the ITT documentation.

(WA Ref:113359)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).