Contract notice

Information

Published

Date of dispatch of this notice: 12/12/2016

Expire date: 27/01/2017

External Reference: 2016-583016

TED Reference: 2016/S 243-443444

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Dorset County Hospital NHS FT
Williams Avenue
Dorchester
DT1 2JY
UK
Contact person: Louise Brereton
Telephone: +44 1305254117
NUTS code:  UKK2 -  Dorset and Somerset
Internet address(es):
Main address: www.dchft.nhs.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18469&B=NHSSW
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

Strategic Estates Partnership
Reference number:  T16-0203
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Strategic Estate Partnership - Dorset County Hospital NHS FT (the ‘Trust’, ‘DCH’) is seeking to select a private sector partner (PSP) to establish a joint venture with the Trust which will provide strategic advice and guidance on the Trust infrastructure and design, build, finance, maintain and operate schemes and projects which improve the patient, visitor and staff experience.
II.1.5)

Estimated total value

Value excluding VAT: 50000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45453100  -  Refurbishment work
50400000  -  Repair and maintenance services of medical and precision equipment
50700000  -  Repair and maintenance services of building installations
55520000  -  Catering services
63712400  -  Parking services
66000000  -  Financial and insurance services
70000000  -  Real estate services
70110000  -  Development services of real estate
70320000  -  Land rental or sale services
70330000  -  Property management services of real estate on a fee or contract basis
70331000  -  Residential property services
70332000  -  Non-residential property services
70332100  -  Land management services
70332200  -  Commercial property management services
71247000  -  Supervision of building work
71314200  -  Energy-management services
71315210  -  Building services consultancy services
71315300  -  Building surveying services
71315400  -  Building-inspection services
71324000  -  Quantity surveying services
71410000  -  Urban planning services
71500000  -  Construction-related services
71510000  -  Site-investigation services
71520000  -  Construction supervision services
71530000  -  Construction consultancy services
71541000  -  Construction project management services
72253000  -  Helpdesk and support services
75100000  -  Administration services
75112000  -  Administrative services for business operations
75122000  -  Administrative healthcare services
77314000  -  Grounds maintenance services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79410000  -  Business and management consultancy services
79418000  -  Procurement consultancy services
79419000  -  Evaluation consultancy services
79710000  -  Security services
79992000  -  Reception services
79993000  -  Building and facilities management services
79996000  -  Business organisation services
90500000  -  Refuse and waste related services
90524000  -  Medical waste services
90712000  -  Environmental planning
90713000  -  Environmental issues consultancy services
90911200  -  Building-cleaning services
98311100  -  Laundry-management services
98341120  -  Portering services
II.2.3)

Place of performance

NUTS code:  UKK2 -  Dorset and Somerset
Main site or place of performance:  
Dorset
II.2.4)

Description of the procurement

Dorset County Hospital NHS FT (the ‘Trust’, ‘DCH’) is seeking to select a private sector partner (PSP) to establish a joint venture with the Trust which will provide strategic advice and guidance on the Trust infrastructure and design, build, finance, maintain and operate schemes and projects which improve the patient, visitor and staff experience.
The aim of the SEP is to contribute towards the delivery of the Trust Vision and strategic objectives, enhance the patient, visitor and staff experience across the Trust and generate a return to the Trust which can be reinvested back in to core NHS services.
The key objectives of the SEP are as follows:
Develop and deliver initiatives which contribute towards the efficient and effective operation of the Trust and deliver a commercial return
Provide commercial skills, expertise and capability to maximise value from the Trust’s estate through creative estate proposals.
Diversify our commercial offerings and generate a sustainable income stream
Introduce improved patient and visitor welcome, management and guidance
Secure infrastructure finance and investment capability and capacity
Support the Trust to match our clinical aspirations
Create a vibrant and welcoming work environment for patients and staff
The Trust is seeking a Private Sector Partner to establish a joint venture (the SEP) to assist with the development and delivery of its overall estate strategy which will help achieve the Trust’s overall Vision, strategic objectives and priorities, and to deliver estate-based schemes, initiatives and activities which will enhance the patient, visitor and staff experience.
Any interested parties are expected to have experience of integrating and faciliting schemes and developments across a Hospital estate including management of specialist supply-chains and arrangement of private financing.
The scope of the SEP includes the delivery of schemes, initiatives and activities relating to the clinical and non-clinical areas of the estate and related services.
Depending upon the scheme or project this could include the development, design, financing, build, maintenance and operation - the scope of each scheme, initiative or activity may vary along this spectrum. Over the term of the SEP the PSP and Trust will actively work to develop business cases which contribute to the Partnership’s aims and objectives and are within the Partnership’s guiding principles and compliant with any procurement regulations existing at the time.
The SEP is expected to provide strategic advice and guidance where required on the development and delivery of the trust estate and infrastructure and the transformation and efficiency of infrastructure and support services.
A number of potential schemes have been identified. This list is not exhaustive. In order to deliver these schemes the Trust is aware that additional ‘facilitation’ schemes or activities may be required.
Short/Medium term
Commercial/Retail development
Treatment Centre/Surgery Centre
Intermediate Care/Nursing Home focused in particular on re-enablement and rehabilitation
Additional and re-provision of existing Car-parking
Re-provision of office accommodation
Solution for existing pre-school facilities
Medium/Long term
Reconfiguration of staff accommodation
Estate efficiency and utilisation
Once the JV is established it will work to develop and refine plans and the business cases for the development and delivery of the identified schemes.
In addition the JV may be asked to develop business cases which enhance the efficiency and effectiveness of Trust support functions.
The SEP will be required to demonstrate VFM for all schemes and the PSP will be required to market test and/or procure the building, maintenance and operational elements of the schemes where these elements are included within the scope of the scheme.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 10/07/2017  /  End: 09/07/2042
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: 5
Objective criteria for choosing the limited number of candidates:
Minimum number to ensure competition, maximum number is an estimate
II.2.10)

Information about variants

Variants will be accepted: yes
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  See Pre-Qualification Questionnaire
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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Competitive dialogue
IV.1.4)

Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  27/01/2017
Local time:  12:00
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 : 3  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

This tender is open and available for use by all organisations included in the Dorset Sustainability and Transformation Plan including but not limited to:
Poole Hospital NHS FT
Bournemouth & Christchurch Hospitals NHS FT
Dorset Healthcare University NHS FT
Dorset CCG
Dorset County Council
Poole County Council
Bournemouth County Council
VI.4)

Procedures for review

VI.4.1)

Review body

Dorset County Hospital NHS FT
Williams Avenue
Dorchester
DT1 2JY
UK

VI.5)

Date of dispatch of this notice

15/12/2016