Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 30th May 2024

Tender Details
Referenceocds-h6vhtk-045767
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£7,400,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 30th May 2024

Tender Details
Referenceocds-h6vhtk-045767
Common Procurement VocabularyConstruction work
Procurement MethodOpen procedure
Value£7,400,000

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Alder House, Alder Court

St Asaph

LL17 0JL

Contact

Gregg Roberts

Email

gregg.roberts [at] wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

BCU-OJEU-56289 - Electrical Infrastructure Works at Betsi Cadwaladr University Health Board (BCUHB) Glan Clwyd Hospital Site.

Reference number

BCU-OJEU-56289

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The Glan Clwyd Hospital site has a strategic plan for future development and reduction of carbon usage through the implementation of refurbishments, new developments, and net-zero carbon technologies. To enable the provision of the site developments and low carbon technologies, significant upgrades to the electrical power infrastructure are required, this includes additional capacity from the distribution network operator (DNO), and new private site infrastructure.

II.1.5) Estimated total value

Value excluding VAT: £7,400,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45215100 - Construction work for buildings relating to health
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45351000 - Mechanical engineering installation works
  • 45400000 - Building completion work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45450000 - Other building completion work
  • 45453100 - Refurbishment work

II.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire

II.2.4) Description of the procurement

The Glan Clwyd Hospital site has a strategic plan for future development and reduction of carbon usage through the implementation of refurbishments, new developments, and net-zero carbon technologies. To enable the provision of the site developments and low carbon technologies, significant upgrades to the electrical power infrastructure are required, this includes additional capacity from the distribution network operator (DNO), and new private site infrastructure.

The current agreed supply capacity for the Hospital is 3.3MVA. BCHUB appointed Consilium to undertake a high level master plan assessment of the electrical load demand considering future new developments, inclusion of new EVC points, and planned decarbonisation projects at the hospital which has resulted in an increase of demand to 6.6MVA (for the inclusion of the 3 No. new buildings, and some initial electric vehicle charging), and up to 9MVA when considering decarbonisation strategies and further electric vehicle charging.

Strategic locations for new external substations and switch rooms have been identified to enable the existing hospital supply to remain live during the anticipated work, as far as is practicably possible.

Potential Contractors or their sub-contractors must be able to be carry out design and construction works on 33KVA systems and will need to be NERS accredited ICP.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

8

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-014426

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

11 July 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

11 July 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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=141815

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:

Please provide a minimum of 1 and up to a maximum of 5 potential Community Benefits that are realistic and achievable over the lifetime of the contract.

The following section is not scored and is for information only; however, if successful, you may be asked by the Health Board to undertake and deliver, at any point throughout the lifetime of the contract, any of the Community Benefit Proposals submitted as part of your technical submission.

(WA Ref:141815)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom