CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Queen Elizabeth Hospital King's Lynn NHS Foundation Trust |
Gayton Road |
King's Lynn |
PE30 4ET |
UK |
Jon Flack |
+44 1553613809 |
jon.flack@qehkl.nhs.uk |
|
www.qehkl.nhs.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityQEHKL Measured Term Contract with a Single Contractor for Capital Works on QEHKL property at Gayton Road, King's Lynn. |
II.1.2(a))
|
Type of works contract
|
|
|
|
|
|
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
King's Lynn.
UKH13 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
QEHKL is seeking to establish a measured term contract with a single contractor to deliver capital works for QEHKL. The works will include a variety of projects which will also include maintenance, refurbishment, fit-out, clinical, non-clinical, office, housing, engineering works etc. The terms of the framework are the JCT measured term contract and delivery of works under the contract will be under individual works orders (defined therein). The measured term contract will cover the works defined above at QEHKL's properties at Gayton Road King's Lynn. The measured term contract will be for an anticipated 4 years. Projects will typically range from GBP 1 000 to GBP 50 000 in value (excluding VAT) but QEHKL may in its sole discretion occasionally place orders for less than or more than those amounts. The approximate annual expenditure per year is expected to be in the region of GBP 500 000 (excluding VAT), but this may vary from year to year depending on QEHKL's requirements and budget. This is not an exclusive arrangement and QEHKL shall be entitled to procure works and services of the same nature outside of the measured term contract from any third party. Bidders will be given the opportunity during the tender period to inspect the properties which will be the subject of this contract. Bidders should note that the successful contractor will be committing for a long period to carry out orders placed by QEHKL on the tendered rates and should check and satisfy themselves that they are happy with the scope of work and properties before bidding. Where projects are notifiable the successful contractor will be the principal contractor under the CDM Regulations 2007 (and any replacement of them during the term of the contract).
The anticipated time-scales for appointment are:
Publication of contract notice: 17.11.2014.
Issue PQQ/MOI: 7.1.2015.
Deadline for receipt of PQQ's: 4.2.2015.
Issue of tender documents: 13.2.2015.
Tender return deadline: 30.3.2015.
Appointment of contractor: 27.4.2015.
The above timetable is indicative only and may be varied by QEHKL.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45453100 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeBased on a projection of GBP 500 000 (excluding VAT) per year. Over a 4 year contract the total quantity or scope may be in the region of GBP 2 000 000 (excluding VAT), however the annual expenditure is in no way guaranteed and is at all times subject to QEHKL's requirements and budgetary constraints. The above figures are an estimate only based on QEHKL's current projections and is subject to change. QEHKL's spend could be zero or the actual spend could also exceed the projected figure. |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion48 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
If it is considered appropriate by the Authority, an indemnity, guarantee, bond, or other form of appropriate security maybe required.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Details will be provided in the pre-qualification documents.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
The contracting authority reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The contract will be a JCT 2011 Measured Term Contract (which may also contain some amendments from the standard form).
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Details will be provided in the pre-qualification documents in accordance with Articles 45 and 46 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006 (as amended).
|
III.2.2)
|
Economic and financial capacity
Details will be provided in the pre-qualification documents in accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contract Regulations 2006.
|
III.2.3)
|
Technical capacity
Details will be provided in the pre-qualification documents in accordance with Article 48 of Directive 2004/48/EC and Regulation 25 of the Public Contract Regulations 2006.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate5 |
|
Objective criteria for choosing the limited number of candidates
As set out in the pre-qualification questionnaire.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 07-01-2015
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 07-01-2015 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 13-02-2015
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published November 2018. |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Section IV.1.2): QEHKL reserves the right to invite less than 5 bidders to tender should there be less than 5 bidders interested and pre-qualified.
Section IV.3.5): The date for issue of invitation to tender is provisional and may be subject to change.
Right to cancel: QEHKL reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the contract in part, or to call for new tenders should it consider this necessary.
QEHKL shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any pre-qualification or tender documents, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
The minimum time-frame during which tenderers must maintain its tender shall be approximately 3 months from the deadline stated for receipt of tenders.
All dates, time periods and values specified in this notice are provisional and the Trust reserves the right to change these.
Transparency: QEHKL is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, QEHKL intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of QEHKL. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act 2000 and the Environmental Information Regulations 2004.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Queen Elizabeth Hospital King's Lynn NHS Foundation Trust |
Gayton Road |
King's Lynn |
PE30 4ET |
UK |
jon.flack@qehkl.nhs.uk |
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
QEHKL will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Part 9 of the Public Contracts Regulations 2006 (SI 2006 No 5) (as amended) provides for aggrieved parties who have been harmed or are at risk of harm by breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within the applicable limitation period.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 11-11-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
AECOM |
36 Storey's Way |
Cambridge |
CB3 0DT |
UK |
Mr Paul Banks |
+44 1223488034 |
paul.banks1@aecom.com |
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
AECOM |
36 Storey's Way |
Cambridge |
CB3 0DT |
UK |
Mr Paul Banks |
+44 1223488034 |
paul.banks1@aecom.com |
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
AECOM |
36 Storey's Way |
Cambridge |
CB3 0DT |
UK |
Mr Paul Banks |
+44 1223488034 |
paul.banks1@aecom.com |
|
|
|