Notice Information
Notice Title
GB-London: Sitewide Infrastructure Project at Queen Elizabeth Hospital
Notice Description
Lewisham and Greenwich NHS Trust (the Trust) is the NHS Trust responsible for the Queen Elizabeth Hospital in Woolwich, London (the Hospital). There is an existing PFI arrangement at the Hospital with Meridian Hospital Company PLC (MHC), pursuant to which maintenance is provided by Vinci Facilities. The Trust is seeking to procure extensive infrastructure works at the Hospital, with a particular focus on the Hospital's mechanical and electrical systems. The Trust anticipates that the construction programme will span approximately 17 months with a value of approximately GBP 30 000 000 (GBP) for the construction works. In view of the existing PFI arrangement, the works will be carried out via MHC under a variation to the PFI arrangement. The Trust requires that the works themselves be procured via a compliant procurement procedure following which the Trust and MHC have agreed that MHC will appoint the successful bidder to carry out the works. The infrastructure works are required in order to bring the Hospital into compliance with applicable HBN and HTMs, as well as current good practice. The works are expected to include: (a) Existing energy centre re-configuration with new plant provision; (b) New LV electrical distribution up to the local distribution boards; (c) New Second VIE installation with medical gas provision; (d) New air handling plant and ductwork to critical areas such as theatres, pathology, special care baby unit (SCBU) and the delivery suite; (e) Builder's work. Interested organisations should note that the Hospital must remain open throughout the works, and the successful contractor will be expected to demonstrate experience of working on 'live' clinical sites, as well as suitable proposals as to how to carry out the works to minimise disruption to the Hospital. The Design for the works has been progressed to RIBA Stage 3A. The successful contractor will be appointed under a PCSA on the basis of the contractor's prelims, costs for the PCSA period, overheads and profit and an elemental forecast summary of the contract price. Under the PCSA the contractor will develop the design and tender the works packages in order to determine the final contract price for the works. DSSR was employed by the Trust as the Consulting Engineers on the project and developed the design to its current position. DSSR employed Floyd Slaski Architects and Campbell Reith Structural Engineers as sub-consultants. DSSR's commission has ended at Stage 3A. The successful contractor has a choice whether to engage with DSSR to continue to develop the design or select an alternative design team. On successful completion of the PCSA activities, MHC intends to enter into the construction contract for the works with the successful contractor. The works will be carried out under an amended form of the NEC4 Engineering and Construction contract, Option C with a guaranteed maximum price. More information is set out in the tender documents. Additional information: Candidates should note that the procurement documents are draft documents at this stage, providing indicative information about the Trust's intended approach in the procurement process, and are for general information only. The Trust reserves the right to vary, amend or update any aspects of the procurement documents and final details and versions of the procurement documents will be provided to the applicants who are successful in being selected to participate in the tender stage of this procurement procedure. Requests to participate must be by way of completion and return fo the selection questionnaire in accordance with the requirements set out in that document, by the date and time specified in section IV 2.2). The Trust reserves the right not to accept requests to participate that are received after the deadline. Candidates are encouraged to submit their submissions will in advance of the stated time and date in order to avoid issues such as technical difficulties with the electronic system that may be due to high volumes of traffic attempting to submit applications on the same date at the same time. Candidates are responsible for their own costs in relation to this procurement process. The Trust reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in this tender process. A notice has also been published on the OJEU, reference 2020/S 234-578964.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-669176b4-c527-4599-a727-009c98bd29ec
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/711eb21c-0115-456e-aa86-9e385f448f2c
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialog
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45300000 - Building installation work
45310000 - Electrical installation work
45311000 - Electrical wiring and fitting work
45315000 - Electrical installation work of heating and other electrical building-equipment
45315300 - Electricity supply installations
45315400 - High voltage installation work
45315600 - Low-voltage installation work
45317000 - Other electrical installation work
45331000 - Heating, ventilation and air-conditioning installation work
45350000 - Mechanical installations
45351000 - Mechanical engineering installation works
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Dec 20205 years ago
- Submission Deadline
- 15 Jan 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2021 - 31 May 2023 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LEWISHAM AND GREENWICH NHS TRUST
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SE18 4QH
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI5 Outer London - East and North East
- Small Region (ITL 3)
- TLI51 Bexley and Greenwich
- Delivery Location
- TLI London
-
- Local Authority
- Greenwich
- Electoral Ward
- Woolwich Common
- Westminster Constituency
- Greenwich and Woolwich
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/711eb21c-0115-456e-aa86-9e385f448f2c
21st December 2020 - Opportunity notice on Contracts Finder -
https://www.delta-esourcing.com/tenders/UK-GB-London:-Sitewide-Infrastructure-Project-at-Queen-Elizabeth-Hospital/8E7248392A
Please follow this link to view the notice.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-669176b4-c527-4599-a727-009c98bd29ec-2020-12-21T16:05:06Z",
"date": "2020-12-21T16:05:06Z",
"ocid": "ocds-b5fd17-669176b4-c527-4599-a727-009c98bd29ec",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "BIP555920384",
"title": "GB-London: Sitewide Infrastructure Project at Queen Elizabeth Hospital",
"description": "Lewisham and Greenwich NHS Trust (the Trust) is the NHS Trust responsible for the Queen Elizabeth Hospital in Woolwich, London (the Hospital). There is an existing PFI arrangement at the Hospital with Meridian Hospital Company PLC (MHC), pursuant to which maintenance is provided by Vinci Facilities. The Trust is seeking to procure extensive infrastructure works at the Hospital, with a particular focus on the Hospital's mechanical and electrical systems. The Trust anticipates that the construction programme will span approximately 17 months with a value of approximately GBP 30 000 000 (GBP) for the construction works. In view of the existing PFI arrangement, the works will be carried out via MHC under a variation to the PFI arrangement. The Trust requires that the works themselves be procured via a compliant procurement procedure following which the Trust and MHC have agreed that MHC will appoint the successful bidder to carry out the works. The infrastructure works are required in order to bring the Hospital into compliance with applicable HBN and HTMs, as well as current good practice. The works are expected to include: (a) Existing energy centre re-configuration with new plant provision; (b) New LV electrical distribution up to the local distribution boards; (c) New Second VIE installation with medical gas provision; (d) New air handling plant and ductwork to critical areas such as theatres, pathology, special care baby unit (SCBU) and the delivery suite; (e) Builder's work. Interested organisations should note that the Hospital must remain open throughout the works, and the successful contractor will be expected to demonstrate experience of working on 'live' clinical sites, as well as suitable proposals as to how to carry out the works to minimise disruption to the Hospital. The Design for the works has been progressed to RIBA Stage 3A. The successful contractor will be appointed under a PCSA on the basis of the contractor's prelims, costs for the PCSA period, overheads and profit and an elemental forecast summary of the contract price. Under the PCSA the contractor will develop the design and tender the works packages in order to determine the final contract price for the works. DSSR was employed by the Trust as the Consulting Engineers on the project and developed the design to its current position. DSSR employed Floyd Slaski Architects and Campbell Reith Structural Engineers as sub-consultants. DSSR's commission has ended at Stage 3A. The successful contractor has a choice whether to engage with DSSR to continue to develop the design or select an alternative design team. On successful completion of the PCSA activities, MHC intends to enter into the construction contract for the works with the successful contractor. The works will be carried out under an amended form of the NEC4 Engineering and Construction contract, Option C with a guaranteed maximum price. More information is set out in the tender documents. Additional information: Candidates should note that the procurement documents are draft documents at this stage, providing indicative information about the Trust's intended approach in the procurement process, and are for general information only. The Trust reserves the right to vary, amend or update any aspects of the procurement documents and final details and versions of the procurement documents will be provided to the applicants who are successful in being selected to participate in the tender stage of this procurement procedure. Requests to participate must be by way of completion and return fo the selection questionnaire in accordance with the requirements set out in that document, by the date and time specified in section IV 2.2). The Trust reserves the right not to accept requests to participate that are received after the deadline. Candidates are encouraged to submit their submissions will in advance of the stated time and date in order to avoid issues such as technical difficulties with the electronic system that may be due to high volumes of traffic attempting to submit applications on the same date at the same time. Candidates are responsible for their own costs in relation to this procurement process. The Trust reserves the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in this tender process. A notice has also been published on the OJEU, reference 2020/S 234-578964.",
"datePublished": "2020-12-21T16:05:06Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45351000",
"description": "Mechanical engineering installation works"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "45317000",
"description": "Other electrical installation work"
},
{
"scheme": "CPV",
"id": "45350000",
"description": "Mechanical installations"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45315000",
"description": "Electrical installation work of heating and other electrical building-equipment"
},
{
"scheme": "CPV",
"id": "45310000",
"description": "Electrical installation work"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45315300",
"description": "Electricity supply installations"
},
{
"scheme": "CPV",
"id": "45315600",
"description": "Low-voltage installation work"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 20000000,
"currency": "GBP"
},
"value": {
"amount": 100000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialog",
"tenderPeriod": {
"endDate": "2021-01-15T12:00:00Z"
},
"contractPeriod": {
"startDate": "2021-07-01T00:00:00+01:00",
"endDate": "2023-05-31T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "works",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/711eb21c-0115-456e-aa86-9e385f448f2c",
"datePublished": "2020-12-21T16:05:06Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Please follow this link to view the notice.",
"url": "https://www.delta-esourcing.com/tenders/UK-GB-London:-Sitewide-Infrastructure-Project-at-Queen-Elizabeth-Hospital/8E7248392A"
}
]
},
"parties": [
{
"id": "GB-CFS-158788",
"name": "Lewisham and Greenwich NHS Trust",
"identifier": {
"legalName": "Lewisham and Greenwich NHS Trust"
},
"address": {
"streetAddress": "Lewisham and Greenwich NHS Trust, Queen Elizabeth Hospital, Stadium Road, Woolwich",
"locality": "London",
"postalCode": "SE18 4QH",
"countryName": "UK"
},
"contactPoint": {
"name": "Lewisham & Greenwich NHS Trust",
"email": "Lg.Sip@nhs.net",
"telephone": "02083333000"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-158788",
"name": "Lewisham and Greenwich NHS Trust"
}
}