Braintree District Council : Community Hospital Consultancy Services

  Braintree District Council has published this notice through Delta eSourcing

Notice Summary
Title: Community Hospital Consultancy Services
Notice type: Contract Notice
Authority: Braintree District Council
Nature of contract: Services
Procedure: Restricted
Short Description: Maldon District Council on behalf of both Mid Essex Clinical Commissioning Group and themselves wish to procure professional project advice and support to work with the Clinical Commissioning Group in the delivery of a new Community Hospital. The project will commence with the completion of the Outline Business Case following the governance procedures and deadline requirements provided by NHS Property Services. Typical activities that may be expected of the contractor may include but not be limited to : • Development of the business case and business planning process • Feasibility and Viability studies • Funding options and opportunities • Land Acquisition • Planning considerations • Procurement of developer • Stakeholder engagement • Liaison with District Council, CCG, NHS Property Services and other bodies. • Project Management • Design and Construction consultancy services
Published: 12/06/2013 14:51

View Full Notice

UK-Maldon: Project management consultancy services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Maldon District Council
      Princes Road Offices, Maldon, CM9 5DL, United Kingdom
      Tel. +44 1376551414, Email: procurement@braintree.gov.uk, URL: www.maldon.gov.uk
      Contact: Essex Procurement Hub, Attn: Will Baxter

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Community Hospital Consultancy Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 11

         Region Codes: UKH3 - Essex         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Project management consultancy services. Feasibility study, advisory service, analysis. Architectural, engineering and planning services. Stakeholders representation services. Procurement consultancy services. Maldon District Council on behalf of both Mid Essex Clinical Commissioning Group and themselves wish to procure professional project advice and support to work with the Clinical Commissioning Group in the delivery of a new Community Hospital.

The project will commence with the completion of the Outline Business Case following the governance procedures and deadline requirements provided by NHS Property Services.

Typical activities that may be expected of the contractor may include but not be limited to :

•   Development of the business case and business planning process
•   Feasibility and Viability studies
•   Funding options and opportunities
•   Land Acquisition
•   Planning considerations
•   Procurement of developer
•   Stakeholder engagement
•   Liaison with District Council, CCG, NHS Property Services and other bodies.
•   Project Management
•   Design and Construction consultancy services
         
      II.1.6)Common Procurement Vocabulary:
         72224000 - Project management consultancy services.
         
         71241000 - Feasibility study, advisory service, analysis.
         
         71240000 - Architectural, engineering and planning services.
         
         79112100 - Stakeholders representation services.
         
         79418000 - Procurement consultancy services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 20,000 and 250,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 14/10/2013
         Completion: 01/09/2016

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Administrative Manageability   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: MDCEF13      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 19/07/2013
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Not Provided         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: Suppliers are invited to send expressions of interest via email to procurement@braintree.gov.uk citing the reference; "MDCEF13". The deadline for expressions of interest as stated above is 19/7/2013 (17:00). A PQQ will be sent to all who express an interest after this deadline has lapsed.



The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=62112217
GO-2013612-PRO-4871940 TKR-2013612-PRO-4871939
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 12/06/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      NHS Mid Essex
      Swift House, Hedgerows Business Park, Colchester Road, Chelmsford, CM2 5PF, United Kingdom

View any Notice Addenda

View Award Notice