Currie & Brown: Single Contractor for the Relocation Works of the RBCH Macmillan Unit

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Christchurch, Dorset: Construction work for buildings relating to health.
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

Single Contractor for the Relocation Works of the RBCH Macmillan Unit

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

UK-Christchurch, Dorset: Construction work for buildings relating to health.

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