By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

T13-76 - Design Team & Technical Advisor Services

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

North Tees & Hartlepool NHS Foundation Trust
University Hospital of North Tees
Contact point(s): Procurement
For the attention of: Jane Hawkes
TS19 8PE Hardwick
UNITED KINGDOM
Telephone: +44 1642383760
E-mail:

Internet address(es):

Electronic access to information: http://events.transaxions.com/service.aspx?event=6670

Electronic submission of tenders and requests to participate: http://events.transaxions.com/service.aspx?event=6670

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
T13-76 - Design Team & Technical Advisor Services
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKC11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Project and design preparation, estimation of costs. Engineering design services. Engineering design services for mechanical and electrical installations for buildings. Design consultancy services. Project-design services other than for construction work. Architectural design services. North Tees & Hartlepool NHS Foundation Trust requires to establish framework agreements forprofessional services associated with the provision of cost advisors, architectural consultants (including landscaping), mechanical & electrical engineers (including structural and civils) and healthcare planning consultants to act as technical advisors to the Trust during the design and development of the new hospital project and for other projects associated with the Trust's existing estate or other healthcare facilities.
II.1.6)Common procurement vocabulary (CPV)

71242000, 71320000, 71321000, 79415200, 79421200, 71220000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This Framework Agreement brings together design and a number of technical advisor services designed primarily to assist in the delivery of the new hospital project, projects within existing Trust estates or any associated works. The service package can be used as a solution or a schedule of specialist elements which can be purchased in isolation or any bespoke combination according to the Trust's needs. The Trust reserves the right to use fixed pricing or run a mini-competition as required. NEC 3 Professional Service contracts will be utilised to manage individual project contracts.
II.2.2)Information about options
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Cost Advisors
1)Short description

Provision of cost advisor consultants as required for the development of the new hospital project or other projects associated with the existing estate or other healthcare facilities. To express your interest please use the following link http://events.transaxions.com/service.aspx?event=6670

2)Common procurement vocabulary (CPV)

66171000

3)Quantity or scope
Full specification requirements to be provided within the tender documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Lot No: 2 Lot title: Architectural Consultants
1)Short description
Provision of architectural consultants as required for the development of the new hospital project or other projects associated with the existing estate or other healthcare facilities.
2)Common procurement vocabulary (CPV)

71200000, 71220000, 71221000

3)Quantity or scope
Full specification requirements to be provided within the tender documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Lot No: 3 Lot title: Mechanical & Electrical Engineering Consultants
1)Short description
Provision of mechanical and electrical engineering consultants for the development of the new hospital project or other projects associated with the existing estate or other healthcare facilities.
2)Common procurement vocabulary (CPV)

71321000, 71334000

3)Quantity or scope
Full specification requirements to be provided within the tender documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Lot No: 4 Lot title: Healthcare Planning Consultants
1)Short description
Provision of healthcare planning consultants as required for the development of the new hospital project or other projects associated with the existing estate or other healthcare facilities.
2)Common procurement vocabulary (CPV)

75122000, 71356400

3)Quantity or scope
Full specification requirements to be provided within the tender documentation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Previous experience in relation to significant Healthcare PFI Projects is essential
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
The above criteria will be evaluated as part of the PQQ process
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T13-76
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 28.11.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
30.11.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
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, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=73917416

GO Reference: GO-20131030-PRO-5232333
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

North Tees & Hartlepool NHS Trust
University Hospital of North Tees
TS19 8PE Hardwick
UNITED KINGDOM
Telephone: +44 1642383760

Body responsible for mediation procedures

North Tees & Hartlepool NHS Trust
University Hospital of North Tees
TS19 8PE Hardwick
UNITED KINGDOM
Telephone: +44 1642383760

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

North Tees & Hartlepool NHS Trust
University Hospital of North Tees
TS19 8PE Hardwick
UNITED KINGDOM
Telephone: +44 1642383760

VI.5)Date of dispatch of this notice:
30.10.2013