loading
  • GB-WC1N 3JH London, GB-WC1N 3JH London
  • 10/2017
  • Ergebnis
  • (ID 2-241270)

Redevelopment of Great Ormond Street Hospital for Children (Phase 4)


 
  • Projektdaten

    maximieren

    Entscheidung 10/2017 Entscheidung
    Verfahren Wettbewerblicher Dialog
    Teilnehmer Gewünschte Teilnehmerzahl: min. 3 - max. 6
    Gebäudetyp Gesundheitswesen
    Art der Leistung Bauleistung / Objektplanung Gebäude / Kostenmanagement / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    The Trust is ready to commence the development of Phase 4 of the masterplan. As well as providing much-needed additional clinical space and improving access/campus circulation, construction of a new, circa 23 000 m2, high quality building offers a fantastic opportunity to present a less institutional facade to visitors, and in doing so better reflect the Trust's identity, values and the world-class quality of care provided within its facilities. The Trust wishes to appoint a multi-disciplinary design team with Prime Contractor familiar with working on complex projects with complicated institutions and other key stakeholders, and which assembles a multi-disciplinary team capable of generating an outstanding vision for the Phase 4 Redevelopment and seeing that vision through to construction and completion on site. The successful team will recognise the need to strike a balance that considers design quality, cost and long-term value.
    Leistungsumfang
    The Trust will use the Competitive Dialogue Procedure as set out with Regulation 30 of the PCRs 2015, because of the technical and legal complexity of the project.
    RIBA Competitions is assisting the Trust with the management of the procurement process. The selection process will be organised over the following stages:
    — Expression of Interest with Pre-Qualification Questionnaire
    Responses to PQQs will be used to select a short-list of suitable candidates (minimum 3, maximum 6) to be invited to participate in dialogue.
    — Invitation to Participate in Dialogue (ITPD)
    Short-listed Participants will be invited to attend a group site visit and ‘open’ briefing session which will include presentations from key members of the Trust.
    The Trust also recognises the costs incurred by Participants in participating in procurements of this nature.The Trust has therefore designed the procurement procedure so that the competitive dialogue phase is focused on three key areas:
    Design — There will be the opportunity for Participants to access the Trust's Project Team to discuss and develop their design concept;
    Contractual — Participants will have an opportunity to raise any issues on the draft documents and discuss these with the Trust and the Trust's legal advisers;
    Cost — The Trust want reassurance that the Participant is developing a scheme with an area and a cost and consistent with the stipulated ‘Not to Exceed’ figure.
    The Trust is confident this phase of the procurement will be valuable to the Trust and Participants in terms of developing acceptable solutions without being too time consuming or protracted.
    Although not currently the intention, the Trust will reserve the right to successively reduce the number of solutions to be discussed via application of the appropriate Award Criteria.
    It is anticipated that this dialogue will be limited to a defined period as per the procurement programme.
    — Invitation to Submit Final Tenders (ITSFT)
    Remaining Participants will be asked to submit Final Tenders and design concepts based on the solutions presented and specified during the dialogue.
    Each Participant invited to submit a final tender who submits a compliant tender and gives a clarification interview presentation will receive an honorarium payment of 20 000 GBP (+VAT). However in the event that the Trust carries out deselection on conclusion of a dialogue phase,Participants who participated in the three interim workshops in accordance with the ITPD but were not invited to submit a final tender will receive an honorarium of 7 500 GBP (+VAT).Honorarium payments will be paid to the Lead Architect/Designer from each multi-disciplinary team. Honorarium payments will be paid within one calendar month of the date of the clarification presentation interviews (or issue of notification letters in the case of Participants not invited to submit a final tender) and on submission of an Invoice to RIBA Competitions.
    Subject to the PCR2015:
    the Trust reserves the right to provide additional information to all tenderers in accordance with its general legal obligations of equal and fair treatment and non-discrimination;
    the Trust reserves the right to discontinue the process at any time and not to award a contract and call for tenders;
    the Trust does not bind itself accept the lowest tender or any tender received;
    the Trust reserved the right to vary the scope of Phase 4 redevelopment;
    the Trust reserves the right to extend the term of the delivery of the project and the contract;
    the Trust reserves the right to award to the successful contractor additional works, supplies and services contracts as long as these are necessary for the delivery of the project, or are required because of circumstances which were unforeseen at the time of the procurement.
    Adresse des Bauherren UK-WC1N 3JH London
    Projektadresse UK-WC1N 3JH London
    TED Dokumenten-Nr. 294911-2016
      Ergebnis anzeigen

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Construction work

      2016/S 164-294911

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Great Ormond Street Hospital for Children NHS Foundation Trust
      Level 2, Old Building, Chief Executive Offices
      London
      WC1N 3JH
      United Kingdom
      Contact person: Valerio Roncaioli
      Telephone: +44 2078297927
      E-mail: MThuWWRdamFnJmpnZltZYWdkYThfZ2tgJmZgayZtYw==
      NUTS code: UKI1

      Internet address(es):

      Main address: http://www.gosh.nhs.uk/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://ribacompetitions.wufoo.eu/forms/gosh-phase-4/
      Additional information can be obtained from another address:
      RIBA Competitions Office
      No. 1 Aire Street, Leeds
      Leeds
      LS1 4PR
      United Kingdom
      Contact person: James Porter
      Telephone: +44 1132031490
      E-mail: MjE2WlFdVWMeYF9iZFViMGJZUlEeX2JX
      NUTS code: UKE42

      Internet address(es):

      Main address: https://www.architecture.com/RIBA/competitions/enteracompetition/livecompetitions.aspx

      Tenders or requests to participate must be submitted electronically via: https://ribasubmit.com
      Tenders or requests to participate must be submitted to the abovementioned address
      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:

       

      Selection of a multidisciplinary design team with prime contractor for Phase 4 of the Redevelopment programme at Great Ormond Street Hospital for Children (The Trust).

       

      II.1.2)Main CPV code
      45000000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      The Trust is ready to commence the development of Phase 4 of the masterplan. As well as providing much-needed additional clinical space and improving access/campus circulation, construction of a new, circa 23 000 m2, high quality building offers a fantastic opportunity to present a less institutional facade to visitors, and in doing so better reflect the Trust's identity, values and the world-class quality of care provided within its facilities. The Trust wishes to appoint a multi-disciplinary design team with Prime Contractor familiar with working on complex projects with complicated institutions and other key stakeholders, and which assembles a multi-disciplinary team capable of generating an outstanding vision for the Phase 4 Redevelopment and seeing that vision through to construction and completion on site. The successful team will recognise the need to strike a balance that considers design quality, cost and long-term value.

       

      II.1.5)Estimated total value
      Value excluding VAT: 190 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71310000
      71311000
      71311100
      71000000
      71200000
      71210000
      71220000
      71221000
      71240000
      71242000
      71244000
      71250000
      71251000
      71300000
      71322000
      71326000
      45100000
      45110000
      45111300
      II.2.3)Place of performance
      NUTS code: UKI1
      Main site or place of performance:

       

      Great Ormond Street, WC1N 3JH, London.

       

      II.2.4)Description of the procurement:

       

      The Trust will use the Competitive Dialogue Procedure as set out with Regulation 30 of the PCRs 2015, because of the technical and legal complexity of the project.

      RIBA Competitions is assisting the Trust with the management of the procurement process. The selection process will be organised over the following stages:

      — Expression of Interest with Pre-Qualification Questionnaire

      Responses to PQQs will be used to select a short-list of suitable candidates (minimum 3, maximum 6) to be invited to participate in dialogue.

      — Invitation to Participate in Dialogue (ITPD)

      Short-listed Participants will be invited to attend a group site visit and ‘open’ briefing session which will include presentations from key members of the Trust.

      The Trust also recognises the costs incurred by Participants in participating in procurements of this nature.The Trust has therefore designed the procurement procedure so that the competitive dialogue phase is focused on three key areas:

      Design — There will be the opportunity for Participants to access the Trust's Project Team to discuss and develop their design concept;

      Contractual — Participants will have an opportunity to raise any issues on the draft documents and discuss these with the Trust and the Trust's legal advisers;

      Cost — The Trust want reassurance that the Participant is developing a scheme with an area and a cost and consistent with the stipulated ‘Not to Exceed’ figure.

      The Trust is confident this phase of the procurement will be valuable to the Trust and Participants in terms of developing acceptable solutions without being too time consuming or protracted.

      Although not currently the intention, the Trust will reserve the right to successively reduce the number of solutions to be discussed via application of the appropriate Award Criteria.

      It is anticipated that this dialogue will be limited to a defined period as per the procurement programme.

      — Invitation to Submit Final Tenders (ITSFT)

      Remaining Participants will be asked to submit Final Tenders and design concepts based on the solutions presented and specified during the dialogue.

      Each Participant invited to submit a final tender who submits a compliant tender and gives a clarification interview presentation will receive an honorarium payment of 20 000 GBP (+VAT). However in the event that the Trust carries out deselection on conclusion of a dialogue phase,Participants who participated in the three interim workshops in accordance with the ITPD but were not invited to submit a final tender will receive an honorarium of 7 500 GBP (+VAT).Honorarium payments will be paid to the Lead Architect/Designer from each multi-disciplinary team. Honorarium payments will be paid within one calendar month of the date of the clarification presentation interviews (or issue of notification letters in the case of Participants not invited to submit a final tender) and on submission of an Invoice to RIBA Competitions.

      Subject to the PCR2015:

      the Trust reserves the right to provide additional information to all tenderers in accordance with its general legal obligations of equal and fair treatment and non-discrimination;

      the Trust reserves the right to discontinue the process at any time and not to award a contract and call for tenders;

      the Trust does not bind itself accept the lowest tender or any tender received;

      the Trust reserved the right to vary the scope of Phase 4 redevelopment;

      the Trust reserves the right to extend the term of the delivery of the project and the contract;

      the Trust reserves the right to award to the successful contractor additional works, supplies and services contracts as long as these are necessary for the delivery of the project, or are required because of circumstances which were unforeseen at the time of the procurement.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Understanding of brief and client expectations including team collaboration / Weighting: 20 %
      Quality criterion - Name: Quality of the design approach / Weighting: 25 %
      Quality criterion - Name: Appropriateness of response to site, context and appreciation of planning issues / Weighting: 15 %
      Quality criterion - Name: Deliverability of the Phase 4 Redevelopment and its integration into a working hospital / Weighting: 10 %
      Quality criterion - Name: Approach to Sustainability / Weighting: 10 %
      Quality criterion - Name: Legal Documents / Weighting: Pass/Fail
      Quality criterion - Name: Proposal within ‘Not to Exceed’ figure / Weighting: Pass/Fail
      Cost criterion - Name: Robustness of cost and ability to manage and deliver the proposed design within the stipulated ‘Not to Exceed’ figure / Weighting: 12.5 %
      Cost criterion - Name: Pricing of the preliminaries, overhead and profit margin, the risk shared proposals at Pre-Construction Agreement stage / Weighting: 7.5 %
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 09/05/2017
      End: 01/09/2022
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 3
      Maximum number: 6
      Objective criteria for choosing the limited number of candidates:

       

      As stated in the procurement documents.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      Refer to the Memorandum of Information and PQQ, available from RIBA Competitions Office.

       

      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      As stated in the procurement documents.

       

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

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive dialogue
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2016/S 140-252573
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 07/10/2016
      Local time: 14:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 24/10/2016
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Great Ormond Street Hospital for Children NHS Foundation Trust
      Level 2, Old Building, Chief Executive Offices
      London
      WC1N 3JH
      United Kingdom
      Telephone: +44 2074059200

      Internet address:www.gosh.nhs.uk

      VI.4.2)Body responsible for mediation procedures
      Great Ormond Street Hospital for Children NHS Foundation Trust
      Level 2, Old Building, Chief Executive Offices
      London
      WC1N 3JH
      United Kingdom
      Telephone: +44 2074059200

      Internet address:www.gosh.nhs.uk

      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Trust will incorporate a standstill period from the date when information on the award of the contract(s) is communicated to tenderers. The notification will provide full information and reasons for the award decision, including the characteristics and relative advantages of the successful tender. 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(s) is entered into. Part 3 of the Public Contracts Regulations 2015 provides for aggravated parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England and Wales). Any such action must be brought within the applicable limitation periods. The Trust wishes to invite, any aggrieved tenderer, without any prejudice to the legal rights, to refer their grievance as soon as possible to the Project Manager to kick start an internal procedure to address the tenderer's concerns before legal action is sought.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      24/08/2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 26.08.2016
Ergebnis veröffentlicht 17.01.2018
Zuletzt aktualisiert 01.02.2018
Wettbewerbs-ID 2-241270 Status Kostenpflichtig
Seitenaufrufe 502