Currie & Brown is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Single Contractor for the Relocation Works of the RBCH Macmillan Unit |
Notice type: | Contract Notice |
Authority: | Currie & Brown |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The Royal Bournemouth and Christchurch Hospitals NHS Foundation Trust (RBCH) is seeking to procure a single contractor for the relocation works of their Macmillan Unit, which provides specialist palliative care to its patients, within the Christchurch Hospital site. The new, stand-alone build is mainly single storey, with some two storey areas. |
Published: | 04/11/2019 14:11 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Royal Bournemouth and Christchurch Hospitals NHS Foundation Trust
Fairmile Road, Christchurch, Dorset, BH23 2JX, United Kingdom
Tel. +44 2070619231, Email: jerusha.myles@curriebrown.com
Contact: Jerusha Myles
Main Address: www.rbch.nhs.uk/christchurch
NUTS Code: UKK21
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Christchurch%2C-Dorset:-Construction-work-for-buildings-relating-to-health./TYH37S9U7U
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Single Contractor for the Relocation Works of the RBCH Macmillan Unit
Reference Number: Not provided
II.1.2) Main CPV Code:
45215100 - Construction work for buildings relating to health.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Royal Bournemouth and Christchurch Hospitals NHS Foundation Trust (RBCH) is seeking to procure a single contractor for the relocation works of their Macmillan Unit, which provides specialist palliative care to its patients, within the Christchurch Hospital site. The new, stand-alone build is mainly single storey, with some two storey areas.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45215100 - Construction work for buildings relating to health.
45000000 - Construction work.
45210000 - Building construction work.
45215140 - Hospital facilities construction work.
II.2.3) Place of performance:
UKK21 Bournemouth and Poole
II.2.4) Description of procurement: RBCH requires the relocation of their Macmillan Unit within their Christchurch Hospital site. The Macmillan Unit is part of the specialist palliative care service at RBCH.
The stand-alone new build Macmillan Unit will replace the existing.
The new building is mainly single storey, with some two storey areas.
The ground floor of the building will consist of inpatient accommodation for 20 patients, comprising 12 single bedrooms and 2 ‘4-bed bays’ along with all supporting accommodation to provide an in-patient function. All bedrooms will have access to a garden space and communal areas will have access to an internal courtyard garden. This section of the building is located at the rear of the site and at the front of the building are the day patient spaces which include the main entrance; therapy spaces; consulting rooms; gym and Multi-faith room.
The first floor will accommodate office space for the various Macmillan services which includes community-based services; Doctors’ offices; Macmillan Caring Locally offices; a seminar room and staff facilities. The two floors will be connected via staircases and a lift.
In addition, the construction of the new Unit will include a goods access yard and Patient & Ambulance ‘drop-off’.
The project has not yet received planning approval but has been designed up to RIBA stage 3/4. Planning approval is anticipated late January 2020.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 25
Price - Weighting: 75
II.2.6) Estimated value:
Value excluding VAT: 12,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: The objective criteria is detailed within the Selection Questionnaire document.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/TYH37S9U7U
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection criteria as stated in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the procurement documents
III.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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/12/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/01/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: 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.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of suppliers will be based solely on the criteria set out for the procurement.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Christchurch%2C-Dorset:-Construction-work-for-buildings-relating-to-health./TYH37S9U7U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TYH37S9U7U
VI.4) Procedures for review
VI.4.1) Review body:
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079601500
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
The contracting authority will observe a minimum 10 calendar day standstill period from the day after communication to suppliers of the authority's intended award decision.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079601500
VI.5) Date Of Dispatch Of This Notice: 04/11/2019
Annex A
View any Notice Addenda
UK-Christchurch, Dorset: Construction work for buildings relating to health.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
The Royal Bournemouth and Christchurch Hospitals NHS Foundation Trust
Fairmile Road, Christchurch, Dorset, BH23 2JX, United Kingdom
Tel. +44 2070619231, Email: jerusha.myles@curriebrown.com
Contact: Jerusha Myles
Main Address: www.rbch.nhs.uk/christchurch
NUTS Code: UKK21
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Single Contractor for the Relocation Works of the RBCH Macmillan Unit Reference number: Not Provided
II.1.2) Main CPV code:
45215100 - Construction work for buildings relating to health.
II.1.3) Type of contract: WORKS
II.1.4) Short Description: The Royal Bournemouth and Christchurch Hospitals NHS Foundation Trust (RBCH) is seeking to procure a single contractor for the relocation works of their Macmillan Unit, which provides specialist palliative care to its patients, within the Christchurch Hospital site. The new, stand-alone build is mainly single storey, with some two storey areas.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 02/12/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 232997
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 04/11/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Lot No: Not provided
Place of text to be modified: IV.2.2 Time limit for receipt of tenders or requests to participate
Instead of: IV.2.2 Time limit for receipt of tenders or requests to participate:
Date: 04/12/2019 Time: 12:00
Read: IV.2.2 Time limit for receipt of tenders or requests to participate:
Date: 18/12/2019 Time: 12:00
VII.2) Other additional information: 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.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of suppliers will be based solely on the criteria set out for the procurement.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Christchurch%2C-Dorset:-Construction-work-for-buildings-relating-to-health./TYH37S9U7U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TYH37S9U7U
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Royal Bournemouth and Christchurch Hospitals NHS Foundation Trust
Fairmile Road, Christchurch, Dorset, BH23 2JX, United Kingdom
Tel. +44 2070619231, Email: jerusha.myles@curriebrown.com
Contact: Jerusha Myles
Main Address: http://www.rbch.nhs.uk/christchurch
NUTS Code: UKK21
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Single Contractor for the Relocation Works of the RBCH Macmillan Unit
Reference number: Not Provided
II.1.2) Main CPV code:
45215100 - Construction work for buildings relating to health.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Trust has taken the difficult decision to abandon this procurement process (“process”). The Trust will therefore not award any contract under this process.
The Trust has made this decision in the light of the current market conditions, and particularly the actual and potential impact of Covid-19 on all concerned.
The Trust will therefore review the position and its requirements again in the light of Covid and its potential implications. The Trust will make any announcements concerning any future procurement process for this requirement in a manner that will be visible to all potential suppliers.
For more information, please refer to "Section II.2.4) Description of the procurement".
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
45215100 - Construction work for buildings relating to health.
45000000 - Construction work.
45210000 - Building construction work.
45215140 - Hospital facilities construction work.
II.2.3) Place of performance
Nuts code:
UKK21 - Bournemouth and Poole
Main site or place of performance:
Bournemouth and Poole
II.2.4) Description of the procurement: The Trust has taken the difficult decision to abandon this procurement process (“process”). The Trust will therefore not award any contract under this process.
The Trust has made this decision in the light of the current market conditions, and particularly the actual and potential impact of Covid-19 on all concerned. The Trust also wishes to ensure that it would be able to more fully evaluate and mitigate against the risks brought about by Covid-19 before awarding any contract for the proposed centre, which may include:
(a) carrying out an entirely up to date (and potentially more extensive) assessment of each potential supplier’s economic and financial standing and capacity; and
(b) introducing appropriate additional measures and/or requirements with the aim of ensuring that the expenditure of public funds is further mitigated of risk(s) and delivers value for money.
The Trust will therefore review the position and its requirements again in the light of Covid and its potential implications. The Trust will make any announcements concerning any future procurement process for this requirement in a manner that will be visible to all potential suppliers.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 25
Price - Weighting: 75
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 215-526631
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2019 - 526631
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=494656684
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079601500
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: N/a
VI.4.4) Service from which information about the review procedure may be obtained
The High Court
Royal Courts of Justice, The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079601500
VI.5) Date of dispatch of this notice: 24/06/2020