Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
I.4)Type of the contracting authority
Body governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Central and North West London NHS Foundation Trust (CNWL) — Minor Works Framework.
Reference number: DN247427
II.1.2)Main CPV code
45215100
II.1.3)Type of contract
Works
II.1.4)Short description:
Central and North West (CNWL) London NHS Foundation Trust are seeking to procure a Minor Works Framework. CNWL estimate the approximate spend for this Framework to be 3 000 000 GBP per annum (12 000 000 GBP in total). This spend will be spread across a number of small projects up to 1 500 000 GBP in value — which will include projects under 10 000 GBP in value. The Framework will be the delivery vehicle for any minor capital works required by the Trust for ongoing refurbishment, remodelling and maintenance. It is expected that, where appropriate, works will be compliant with the Care Quality Commission Regulations 2009. The Contractors will be required to cover all of CNWL's current and future estates predominately in, but not limited to, the South East of England. Contracts will be predominately awarded through Direct Call-Off however CNWL reserve the right to conduct mini-competitions at their discretion. The Framework is for a period of 4 years.
II.1.5)Estimated total value
Value excluding VAT: 12 000 000.00 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)
45000000
45210000
45215100
45262700
45300000
45400000
71334000
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UKJ
Main site or place of performance:
All of CNWL's current and future estates predominately in, but not limited to, the South East of England, for example Milton Keynes, Hillingdon and Harrow, Epsom, Guildford, Woking and Redhill.
II.2.4)Description of the procurement:
CNWL are seeking to procure a Minor Works Framework. CNWL estimate the approximate spend for this Framework to be 3 000 000 GBP per annum (12 000 000 GBP in total). This spend will be spread across a number of small projects up to 1 500 000 GBP in value — which will include of projects under 10 000 GBP in value. The Framework will be the delivery vehicle for any minor capital works required by the Trust, these projects are diverse but can include legislative compliance works, mechanical and electrical improvements, decoration, refurbishments and/or security works. It is expected that, where appropriate, works will be compliant with the Care Quality Commission Regulations 2009. The Contractors will be required to cover all of CNWL's current and future estates as outlined in section II.2.3). Contracts will be predominately awarded through Direct Call-Off however CNWL reserve the right to conduct mini-competitions at their discretion. This Framework is for a period of 4 years.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 12 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: 6
Maximum number: 10
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
The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the UK entities (particularly those of a health and/or social care nature) listed within the SQ document are envisaged as framework agreement uses.
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
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:
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
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 4
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: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/05/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 26/06/2017
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
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
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Central and North West London NHS Foundation Trust
Trust Headquarters, Stephenson House, 75 Hampstead Road
London
NW1 2PL
United Kingdom
Internet address:http://www.cnwl.nhs.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
24/04/2017