Private Patient Unit at Southmead Hospital Bristol
North Bristol NHS Trust (“the Trust”) is seeking a commercial partner to invest in, establish and operate a private patient unit at the Southmead Hospital site in Bristol.
UK-Bristol: hospital and related services
2012/S 53-086956
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
North Bristol NHS Trust
Trust Headquarters, Frenchay Hospital, Beckspool Road, Frenchay
Contact point(s): Director of Finance
For the attention of: Graeme McConnell, Project Manager
BS16 1JE Bristol
UNITED KINGDOM
Telephone: +44 1173236116
E-mail: ppu@nbt.nhs.uk
Fax: +44 1173236117
Internet address(es):
General address of the contracting authority: http://www.nbt.nhs.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Private Patient Unit at Southmead Hospital, Bristol.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: At the Southmead Hospital site, Southmead Road, Westbury-on-Trym, Bristol, BS10 5NB.
NUTS code UKK11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
North Bristol NHS Trust (“the Trust”) is seeking a commercial partner to invest in, establish and operate a private patient unit at the Southmead Hospital site in Bristol.
The commercial partner is expected to be an established independent healthcare provider or a consortium with such an organisation as a key member.
The primary approach the Trust is considering is the appointment of a partner to finance, design, construct, equip, maintain and operate a new and separate purpose built facility adjacent to the new Southmead Hospital. The new Southmead Hospital is due to open in March 2014.
The Trust envisages granting a 25 to 30 year lease and licence over land at the Southmead site for the development of this new private hospital facility.
The Trust acknowledges that a number of highly specialist private procedures will require to be undertaken within the main theatres in the new Southmead Hospital due to their clinical complexity or the requirement for the support of specialist equipment and staff. It is anticipated that availability of resources and a small area within the new Southmead Hospital will be made available to the successful partner as part of the opportunity.
II.1.6)Common procurement vocabulary (CPV)
85110000, 85111100, 85111200, 85112000, 85112200, 85121300, 85148000, 85145000, 79411100, 71540000, 45215140, 71000000, 45111000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
It is difficult to estimate the potential value of any subsequent services concession opportunity and potential returns will depend on many factors including (but not limited to) the commercial details of the negotiated contract, the performance of the partner and market conditions.
However, the Trust estimates that the value of the market opportunity for the provision of private patient services from a new build private hospital facility on the Southmead site would be of the order of £14 million per annum. The estimated range below reflects per annum figures.
Bidders should seek independent legal and commercial advice in relation to the potential value of the opportunity of the scheme as a whole.
Estimated value excluding VAT:
Range: between 8 000 000,00 and 20 000 000,00 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 360 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 and as set out in the pre qualification questionnaire available from the address in section I.1.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the prequalification questionnaire which is available from the address in section I.1.
Minimum level(s) of standards possibly required: As set out in the pre qualification questionnaire which is available from the address in Section I.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the prequalification questionnaire which is available from the address in section I.1.
Minimum level(s) of standards possibly required:
As set out in the pre qualification questionnaire which is available from the address in Section I.1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: As set out in the pre qualification questionnaire which is available from the address in Section I.1.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 8.5.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.5.2012 – 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Section II.1.2 and II.1.3 (Type of Contract): This is a services concession contract for the purposes of the Directive 2004-18-EC and therefore this is a voluntary OJEU Notice to comply with the transparency requirements pursuant to EC Treaty Principles.
The Trust is therefore not bound by many of the formalities and requirements of the Public Contracts Regulation 2006 (as amended) and reserves to right to vary the form and manner of the competition accordingly.
Whilst the opportunity incorporates a requirement and opportunity for the private sector partner to finance, design, and build a stand-alone private patient unit in order to accommodate the delivery of the services, the Trust considers that it remains a services concession contract (rather than a public works concession contract) since the main object and expected greater value of the arrangement lies in the performance of the private patient care services.
Section II.1.9 (Variants): The Trust reserves the right to invite variant proposals and final details of whether variants will be invited will be provided to bidders which are shortlisted to participate in the competitive dialogue stage.
Section IV.3.4 (Request to Participate): Expressions of interest must be by way of completion and return of the prequalification questionnaire (PQQ) by the date and time specified in Section IV.3.4 and in accordance with requirements set out in the PQQ. PQQ forms are available upon request by emailing
ppu@nbt.nhs.uk.
The Trust reserves the right not to award this opportunity or to award only part (or a different arrangement) of the opportunity described in this advertisement.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
North Bristol NHS Trust
Trust Headquarters, Frenchay Hospital, Beckspool Road, Frenchay
BS16 1JE Bristol
UNITED KINGDOM
E-mail: ppu@nbt.nhs.uk
Telephone: +44 1173236116
Internet address: http://www.nbt.nhs.uk
Fax: +44 1173236117
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the relevant requirements in the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:14.3.2012