Opportunity

Independent Tester for New Velindre Cancer Centre MIM Project

  • Velindre University NHS Trust

F02: Contract notice

Notice reference: 2022/S 000-032516

Published 16 November 2022, 2:41pm



Section one: Contracting authority

one.1) Name and addresses

Velindre University NHS Trust

C/O Transforming Cancer Services Programme, Velindre Cancer Centre, Whitchurch

Cardiff

CF14 2TL

Email

TCS.Contracts@wales.nhs.uk

Telephone

+44 2920196852

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.transformingcancerservices.wales

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

Access to the procurement documents is restricted. Further information can be obtained at

https://etenderwales.bravosolution.co.uk

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

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

Independent Tester for New Velindre Cancer Centre MIM Project

Reference number

TCS-FTS-51841

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Velindre University NHS Trust (the “Authority”) and ACORN (defined in II.2.4) (together the "Contracting Authority") are seeking tenders for the appointment of an Independent Tester for a new cancer center at Whitchurch in Cardiff (the “NvCC”). The design, build, finance and maintenance of the NvCC (the “Project”) is being procured by the Authority separately through the Welsh Government's Mutual Investment Model ("MIM").

The Contracting Authority is seeking an Independent Tester with the skills and experience to deliver services relative to the nature, scale and complexity of the Project and including project specific aspects of the design and construction. The new state of the art cancer centre facility (anticipated to be approximately 32,000m2) is to be delivered by the special purpose vehicle (“Project Co”). Project Co is to be established by ACORN (selected participant for the Project). Please refer to the procurement documents referred to at IV.3 for further information.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45215100 - Construction work for buildings relating to health
  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 71200000 - Architectural and related services
  • 71300000 - Engineering services
  • 79993100 - Facilities management services
  • 77314000 - Grounds maintenance services
  • 72253100 - Helpdesk services
  • 79993000 - Building and facilities management services
  • 98341000 - Accommodation services
  • 51410000 - Installation services of medical equipment
  • 71314200 - Energy-management services
  • 45314300 - Installation of cable infrastructure
  • 45452000 - Exterior cleaning work for buildings
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Whitchurch, Cardiff

two.2.4) Description of the procurement

The Contracting Authority is undertaking a joint procurement for an Independent Tester for the Project. The award of the contract shall be in accordance with the procurement documents (see I.3 and VI.3).

The Contracting Authority's key priorities for the procurement include:

- independent scrutiny of quality assurance measures, including in respect of specific key risk areas such as fire-stopping and drainage on accommodation projects;

- adoption of an approach that assures the Works comply with the requirements of the Project Agreement, including a robust approach to identification of defects and snagging and a 'zero defects' handover in Bunker Areas;

- patient service commencement in accordance with the Programme for the Project;

- clear and definitive processes, rights and responsibilities which limit the scope for dispute on the Project; and

- an approach that seeks to apply pro-active solutions based on lessons learned on comparable projects in the sector, including in respect of the scope of Services, resourcing and expertise.

The estimated duration for the main services (“Services”) under the contract is 27 months. Additional varied services may be requested over the duration of the Project (see II.2.7).

Further details regarding the services and varied services are contained in the relevant procurement documents which can be accessed in accordance with VI.3 below.

Background information relevant to the Independent Tester procurement

The Contracting Authority is observing MIM policy on the Independent Tester contract for accommodation projects, which has been developed by Welsh Government and which is available at Mutual Investment Model independent tester contract supplementary guidance | GOV.WALES. In developing the guidance for the scope of services for the Independent Tester, Welsh Government reviewed construction issues that arose in PPP Projects, and in particular the Report of the Independent Inquiry into the Construction of Edinburgh Schools, dated February 2017.

The Contracting Authority's vision for the Project is for a facility which has the strength to last for the long-term, which promotes excellence in future cancer services and which exceeds the expectations of the future generations who use it. The Project (including delivery of the Services) is expected to deliver the requirements of the Well-Being of Future Generations (Wales) Act 2015.

Following a successful procurement for the Project, the Authority intends to appoint a joint venture comprising (i) Kajima Partnership Limited, (ii) Sacyr Infrastructure UK Limited and (iii) Aberdeen Standard European Infrastructure GP IV Limited ("Acorn") as the successful participant on the Project.

The Cancer Centre includes major medical equipment (including radiotherapy treatment equipment) that will be procured separately by the Authority but remains relevant to the Independent Tester’s role. Further details are provided in the procurement documents (see VI.3 below).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

327

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: 6

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

N/A

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 tenderer shall be required to support the Authority's well-being and objectives under the Well-being of Future Generations (Wales) Act 2015.

Accordingly, the tenderer shall be required to comply with question A4 of the tender templates in the invitation to tender for the Project, relating to social value and ethical employment practices. Please refer to the procurement documents referred to at VI.3 for further information.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

19 December 2022

Local time

5:00pm

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

16 January 2023

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

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Economic operators are asked to express their interest in the procurement by 5.00pm (Greenwich Mean Time) on 19/12/2022 by submitting a completed SQ response through the portal at https://etenderwales.bravo.co.uk/nhs/.

Further information on the requirements for the selection stage (including the evaluation of completed SQ Responses) is set out in the procurement documents, as detailed below.

The SQ, SQ Guidance, Volume One of the Information Document and confidentiality and bid conduct undertaking will be available for unrestricted and full direct access free of charge, at: https://etenderwales.bravo.co.uk/nhs/. Economic operators wishing to receive a copy of the following documents should express interest through the Bravo Portal messaging facility and upload a duly completed and signed confidentiality and bid conduct undertaking:

(a) the draft Invitation to Tender; and

(b) Volume 2 of the Information Document (Contract and Contract Documentation) of the Information Document.

Volume 3 of the Information Document will only be provided to shortlisted tenderers who have duly completed the returned the confidentiality and bid conduct undertaking in accordance with the procurement documents.

After the evaluation of each completed SQ response, an invitation to tender will be issued to shortlisted economic operators.

The Contracting Authority reserves the right to make revisions to the documentation (including the SQ and any procurement document) and/or the context, process, timing and structure of the procurement process at any time. No additional time in relation to submission deadlines will be granted, following notification of any such revision, unless expressly notified by the Contracting Authority.

Economic operators participate in the procurement process entirely at their own risk and the Contracting Authority does not accept any liability in respect of costs incurred in relation to this procurement process. The Contracting Authority reserves the right in its absolute discretion to not proceed with the procurement. The Contracting Authority may elect to discontinue or suspend the procurement at any time. The Contracting Authority may do so without responsibility or liability to any interested party resulting from such decision not to proceed, discontinuation or suspension, including any liability for any costs or expenditure incurred by, or inconvenience caused.

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=126657

(WA Ref:126657)

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