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

A Tender Notice
by NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)

Source
Find a Tender
Type
Framework (Works)
Duration
4 year
Value
£84M
Sector
CONSTRUCTION
Published
26 Aug 2021
Delivery
To 06 Sep 2025 (est.)
Deadline
27 Sep 2021 11:00

Concepts

Location

United Kingdom: UKL17 – Bridgend and Neath Port Talbot UKL18 – Swansea

Geochart for 1 buyers and 0 suppliers

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.

Lot Division

1 Construction Framework- Minor Works(FA-1)
  • Value: £8M

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. 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.

2 Construction Framework- Minor Works (FA-2)
  • Value: £4M

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. 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.

3 Construction Framework Intermediate Works (FA-3)
  • Value: £20M

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. 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.

4 Construction Framework Intermediate Works (FA-4)
  • Value: £12M

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. 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.

5 Construction Framework Major Works (FA-5)
  • Value: £40M

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. 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.

Renewal 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).

CPV Codes

  • 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
  • 45111210 - Blasting and associated rock-removal work
  • 45215145 - Fluoroscopy room construction work
  • 45215146 - Pathology room construction work
  • 45215147 - Forensic room construction work
  • 45260000 - Roof works and other special trade construction works

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are not available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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)

Reference

Domains