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

Module facility contract.

Voluntary ex ante transparency notice

This notice is covered by: Directive 2004/18/EC

Section I: Contracting authority/entity

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

Royal Berkshire NHS Foundation Trust
London Road
RG1 5AN Reading
UNITED KINGDOM
E-mail:

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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Module facility contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Royal Berkshire Hospital, London Road, Reading.
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Contract for the extension of module ward facility in order to create a new facility with four clinical wards from the existing two clinical ward facility.
II.1.5)Common procurement vocabulary (CPV)

44211100

II.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 9 000 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
Negotiated without publication of a contract notice / call for competition
Justification for the choice of the negotiated procedure without prior publication of a contract notice in the OJEU in accordance with Directive 2004/18/EC
The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the Directive: no
The works/goods/services can be provided only by a particular tenderer for reasons that are: technical
Extreme urgency brought about by events unforeseeable by the contracting entity and in accordance with the strict conditions stated in the Directive no
Additional works/deliveries/services are ordered under the strict conditions stated in the Directive: no
New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the Directive: no
Service contract awarded to the successful candidate or one of them after a design contest: no
For supplies quoted and purchased on a commodity market: no
All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or inacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria: no
The Trust currently leases 2 modular theatres, a recovery area and a 22 bed ward within a 2 storey facility from ModuleCo. The ward is situated below the theatres and recovery, linked by a lift. Under a new contract, the Trust will extend this existing facility and provide an additional two theatres, an improved recovery area and an improved and extended 30 bed ward. If the Trust does not extend the existing facility, it would have to be completely removed and rebuilt from scratch. This is because the Trust does not own the existing facility and there are technical aspects of extending the current modular facility that mean only the existing supplier is capable of carrying out the extension. It is not possible to build the extension and then replace the original building due to limitations of access. Removal and subsequent rebuild of the current facility is also not possible for a number of other reasons: 1. As part of the current contractual arrangements ModuleCo already have a licence to occupy the Trust land on which the facility is situated. 2. A rebuild of the facility will require that the facility is closed for at least 15 months, which would have a huge impact on patient care. The loss of the ward would result in pressure on Accident and Emergency targets, which are already adversely impacted by a current lack of bed capacity and subject to detailed scrutiny from Monitor. The removal of this ward would have an adverse impact on patient flow resulting in an increase in medical outliers in the surgical bed pool. This will lead to an increase in on the day cancellations which is devastating for patients. As these operations have to be rescheduled it puts further pressure on the Trust and on occasions a delay in surgery can have severe health consequences. Further, the loss of the existing theatres will severely reduce the capacity of emergency and elective surgery over this period. It will result in substantially longer waiting times for our patients as a result. This will make it difficult or impossible to achieve our access targets for cancer and elective surgery putting the licence of the hospital at risk. The cohort of patients who will be most affected by the loss of operating and bed capacity will be cancer patients and the loss of this capacity will impact them through longer waiting times for operations while the lack of certainty over the bed pool may require them to go to London for their surgery. Finally, a delay in the new Orthopaedic Centre will result in Orthopaedic patients likely to be in a mixed ward which houses ‘clean' elective orthopaedic surgery and potentially infected trauma patients. This will substantially increase the risk of infection.Following publication of this VEAT notice, the Trust shall observe a 10 day standstill period, following which the parties shall proceed to contract execution.
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority/entity
IV.3.2)Previous publication(s) concerning the same contract

Section V: Award of contract

V.1)Date of contract award decision:
V.2)Information about offers
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

ModuleCo Healthcare Ltd
Solutions House 39 Quayside, Grosvenor Wharf Road
CH65 4AY Ellesmere Port
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
27.1.2014