NHS Building for Wales 2 Frameworks - Supply Chain Partner

A Tender Notice
by VELINDRE UNIVERSITY NHS TRUST AS THE HOSTING BODY OF NHS WALES SHARED SERVICES PARTNERSHIP - SES

Source
Find a Tender
Type
Framework (Works)
Duration
4 year
Value
£592M
Sector
CONSTRUCTION
Published
15 May 2023
Delivery
To 31 May 2027 (est.)
Deadline
21 Jun 2023 11:00

Concepts

Location

Wales:

Geochart for 1 buyers and 0 suppliers

Description

This Contract Notice relates to the procurement exercise for the NHS Building for Wales 2 Supply Chain Partner only. A separate Contract Notice will be published in respect of each procurement exercise in respect of the Project Manager, Cost Advisor and Supervisor.

Lot Division

1 NHS Building for Wales 2 Frameworks Lot 1: Works Value (ex VAT) 20M + GBP
  • Value: £237M

This Contract Notice relates to the procurement exercise for the NHS Building for Wales 2 Supply Chain Partner only. A Contract Notice will be published in respect of each procurement exercise in respect of the Project Manager, Cost Advisor and Supervisor. The NHS Building for Wales 2 frameworks will cater for health-related capital projects with a minimum estimated construction value of 7 000 000 GBP (excluding Value Added Tax.) Lot 1: estimated construction value above 20 000 000 GBP (excluding Value Added Tax. Four Supply Chain Partners will be awarded to each Lot and a Supply Chain Partner can submit a tender for either (Supply Chain Partner) Lot 1 or Lot 2 or both Lots 1 and 2 . A Candidate (including any of their group companies and affiliated or subsidiary organisations) can apply and be represented on either the Client Side (support consultants Project Manager, Cost Advisor and Supervisor) or the Supply Chain side (including Supply Chain Members) at Framework level. There will be four frameworks: - Project Manager - Cost Advisor - Supervisor - Supply Chain Partner The support consultant frameworks will be established to assist and represent the framework users when procuring capital projects . It is intended that the following numbers of organisations are appointed to each framework discipline i.e. - Four organisations for Project Manager; - Four organisations for Cost Advisor; - Three organisations for Supervisor; - Four organisations for Supply Chain Partner In respect of the Supply Chain Partner framework, each Supply Chain is required to be made up of the following disciplines:- - One Constructor - Two Architects - Two Civil and Structural Engineers - Two Building Services Engineers - Two Building Services Installers — each covering both Electrical and Mechanical installation The Constructor will be required to undertake the role of Principal Designer, Principal Contractor and Designer under the Construction (Design and Management) Regulations 2015. All National Frameworks will adopt the NEC4 suite of contracts. The frameworks will be procured on the basis of an initial four-year contract with the option to extend by up to two years. The frameworks will be procured and managed by NWSSP-Specialist Estates Services on behalf of the NHS in Wales. Velindre University NHS Trust will sign the framework agreements with the successful bidders as sponsor of the frameworks. Additional information: All tender documents will be found on e-tender Wales. Project Reference SSP-OJEU-52980

2 NHS Building for Wales 2 Frameworks Lot 2: Works Value (ex VAT) 7M-20M
  • Value: £355M

This Contract Notice relates to the procurement exercise for the NHS Building for Wales 2 Supply Chain Partner only. A Contract Notice will be published in respect of each procurement exercise in respect of the Project Manager, Cost Advisor and Supervisor. The NHS Building for Wales 2 frameworks will cater for health-related capital projects with a minimum estimated construction value of 7 000 000 GBP (excluding Value Added Tax.) Lot 2: estimated construction value between 7 000 000 and 20 000 000 GBP (excluding Value Added Tax). Four Supply Chain Partners will be awarded to each Lot and a Supply Chain Partner can submit a tender for either (Supply Chain Partner) Lot 1 or Lot 2 or both Lots 1 and 2 . A Candidate (including any of their group companies and affiliated or subsidiary organisations) can apply and be represented on either the Client Side (support consultants Project Manager, Cost Advisor and Supervisor) or the Supply Chain side (including Supply Chain Members) at Framework level. There will be four frameworks: - Project Manager - Cost Advisor - Supervisor - Supply Chain Partner The support consultant frameworks will be established to assist and represent the framework users when procuring capital projects . It is intended that the following numbers of organisations are appointed to each framework discipline i.e. - Four organisations for Project Manager; - Four organisations for Cost Advisor; - Three organisations for Supervisor; - Four organisations for Supply Chain Partner In respect of the Supply Chain Partner framework, each Supply Chain is required to be made up of the following disciplines:- - One Constructor - Two Architects - Two Civil and Structural Engineers - Two Building Services Engineers - Two Building Services Installers — each covering both Electrical and Mechanical installation The Constructor will be required to undertake the role of Principal Designer, Principal Contractor and Designer under the Construction (Design and Management) Regulations 2015. All National Frameworks will adopt the NEC4 suite of contracts. The frameworks will be procured on the basis of an initial four-year contract with the option to extend by up to two years. The frameworks will be procured and managed by NWSSP-Specialist Estates Services on behalf of the NHS in Wales. Velindre University NHS Trust will sign the framework agreements with the successful bidders as sponsor of the frameworks. Additional information: All tender documents will be found on e-tender Wales. Project Reference SSP-OJEU-52980

Renewal Options

This framework will have the option to extend by a maximum of 24 months.

CPV Codes

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 71320000 - Engineering design services
  • 71220000 - Architectural design services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71315210 - Building services consultancy services
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45215100 - Construction work for buildings relating to health
  • 45215200 - Construction work for social services buildings
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45216100 - Construction work for buildings relating to law and order or emergency services
  • 45216120 - Construction work for buildings relating to emergency services
  • 45216125 - Emergency-services building construction work
  • 45300000 - Building installation work
  • 71200000 - Architectural and related services
  • 71210000 - Advisory architectural services
  • 71240000 - Architectural, engineering and planning services
  • 71250000 - Architectural, engineering and surveying services
  • 71310000 - Consultative engineering and construction services
  • 71313000 - Environmental engineering consultancy services
  • 71315000 - Building services
  • 71317200 - Health and safety services
  • 71317210 - Health and safety consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71230000 - Organisation of architectural design contests
  • 71315200 - Building consultancy services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Renewals are available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** If you have any questions, please contact amy.slocombe@wales.nhs.uk 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=130857 The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract. 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: Community Benefits will apply in accordance to the Call Off Contract Requirement (WA Ref:130857) The buyer considers that this contract is suitable for consortia.

Reference

Domains