Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Royal National Orthopaedic Hospital NHS Trust
Brockley Hill, Middlesex
Contact point(s): Royal National Orthopaedic Hospital NHS Trust
For the attention of: Bernice Breslaw
HA7 4LP Stanmore
UNITED KINGDOM
Telephone: +44 2089095728
E-mail:
Fax: +44 2089095787
Internet address(es):
General address of the contracting authority: http://www.rnoh.nhs.uk
Address of the buyer profile: http://www.rnoh.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 authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe 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 Hospital Development.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Royal National Orthopaedic Hospital (Stanmore Site), Middlesex.
NUTS code UKI23
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)The Royal National Orthopaedic Hospital NHS Trust is seeking a provider to design, build, finance and operate a private patient facility on its site in Stanmore, Middlesex. The selected provider will be required to demonstrate considerable expertise and experience of operating a private patient facility offering services that support specialist orthopaedics such as consulting rooms, diagnostic and therapeutic scanning, specialist theatres and inpatient care.
Due to the range of options for the delivery of these services, the Trust will look for participants to bring forward and develop appropriate solutions to meet its needs and requirements for a private patient facility through the competitive dialogue process. The Trust will be able to provide a range of clinical support services to the successful provider and these will be verified through the competitive dialogue process.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 480 (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:The Trust reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:The financing of the private patient unit will be the responsibility of the successful bidder.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:The Trust reserves the right to require groupings of contractors to take a particular legal form or require a single contractor to take primary liability and/or require that each party undertakes joint and several liability. This may include establishing a special purpose vehicle or the formation of a joint venture.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: The Trust will evaluate all PQQ responses 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 within the PQQ available from the Trust. If there are more eligible bidders than is required, the Trust will, under regulation 18(12) of the Public Contracts Regulations 2006, use the same questions, criteria, scoring and weighting as is already set out in the PQQ to identify those bidders who will proceed to the next stage. Provided that there are a sufficient number of eligible bidders, the Trust will select to proceed through to the next stage of the competition the top 3 eligible bidders.
III.2.2)Economic and financial abilityInformation 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 PQQ available from the address in section I.1.
Minimum level(s) of standards possibly required: Subject to PQQ.
III.2.3)Technical capacityInformation 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 PQQ available from the address in section I.1.
Minimum level(s) of standards possibly required:
Subject to PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedurecompetitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: Specified in the MOI and PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse 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 criteriaThe 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 auctionAn 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 contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 7.4.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate7.4.2014 - 12:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationSection II.3: The Trust currently envisages a contract term in the region of 480 months but expects to confirm the contract term during dialogue.
The Trust reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to terminate or award a contract(s) in respect of any part(s) of the requirements covered by this notice, and in no circumstances will the Trust be liable for any costs incurred by bidders.
Any contract entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English courts. Tenders and all supporting documentation must be written in English and priced in sterling.
Nothing in this contract notice or procurement competition shall generate any contractual obligations prior to any signature of final contracts.
The Trust is a public authority under the Freedom of Information Act 2000 (the "Act"). As part of its duties under the Act, the Trust may disclose information to a person making a request unless the information is covered by an exemption under the Act. The Trust is required to determine whether the public interest in maintaining the exemption from disclosing it outweighs the public interest in disclosing it. Prospective bidders should state in their submissions whether or not they consider the information supplied, if disclosed to a third party, would be prejudicial to their commercial interest and, if so, the reasons for such a view. These views will be taken into consideration by the Trust when deciding whether to disclose information.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresThe UK does not have any such body with responsibility for appeal procedures. Pleas see section VI.4.2.
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 of 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:3.2.2014