Business Case Advisor for the New Leighton Hospital

Award

Value

£148,516

Classifications

  • Feasibility study, advisory service, analysis

Tags

  • award

Submission Deadline

1 year ago

Published

5 months ago

Description

MCHFT is in the initial stages of a new project to construct a new hospital, which will replace the existing Leighton Hospital which is affected by Reinforced Autoclaved Aerated Concreate (RAAC) throughout circa 80.00% of its buildings. The vision for the project is to design and build a new state of the art hospital that will play a vital role at the heart of the community, placing digital innovation at the forefront of health services designed to tackle inequalities and meet the needs of a growing and ageing population. The ambition is that this project will transform the quality of healthcare for the people of Cheshire and across the Northwest of England.

The purpose of this procurement exercise is to appoint a Business Case Advisor under Lot 2 of the Crown Commercial Service, RM6187, Management Consultancy Framework Three (MCF3) to provide services covering completion of the Outline Business Case which is currently targeted as July 2025.

The purpose of this procurement exercise is to appoint a Business Case Advisor under Lot 2 of the Crown Commercial Service, RM6187, Management Consultancy Framework Three (MCF3) to provide services covering completion of the Outline Business Case which is currently targeted as July 2025.

The Authority reserves the right to extend the contract for the Business Case Advisor beyond the Outline Business Case. For information, the Full Business Case submission is currently targeted for June 2026.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Request for Quote for an Asset Valuation Consultant

• WFHA, is a small independent and not-for-profit Registered Provider (PR), providing social homes across the London Borough of Waltham Forest for over sixty years. WFHA currently owns c350 homes: c150 general needs, c150 sheltered housing and c20 supported housing for adults with learning disabilities. • In addition, WFHA owns a property used to house young homeless people and this is currently 1 leased to another provider. The Service Provider will be required to undertake a full valuation exercise across all of WFHA assets. • WFHA Current property assets were last fully valued in 2014, however, partial valuation was carried out in 2018. WFHA full asset requires a revaluation, to ensure that the insurance coverage across the assets is adequate and future proofed. The consultant will be required to carry out this valuation process in an efficient manner without impacting the tenant(s) or any of the properties. • WFHA want to demonstrate that they are obtaining value for money and are testing the market to ensure that best value is being achieved. • In order to obtain value for money WFHA is undertaking a competitive quotation process to identify the most suitable, competent and capable valuation consultant. The appointed valuation consultant will be required to lead and undertake a review of WFHA's full property and wider assets and provide a detailed overview of the valuation at a granular detail. Conditions of Participation in the Request for Quote: Legal and financial capability: Requirement: The supplier must be a legally established entity with the financial stability to perform the contract. Specific requirements will be finalised following market engagement. Evidence and process: The contracting authority is conducting a single four-step quotation process to select its Bidder. Bidders are to submit a response before the deadline for quotations. RFQs will be evaluated to identify the winning Bidder, using the below process and Evaluation Criteria set out in Section 4. The four-step process in outline, is: 1. • Step 1 - Satisfactory compliance to establish completeness of submitted RFQs 2. • Step 2 - A quality evaluation 3. • Step 3 - A price evaluation 4. • Step 4 - Combining the price with the quality score to determine the Preferred Bidder. Payment Terms: 30 days net end of month invoice received. Contract Dates and Expected Process. Estimated Date of Tender Notice Publication: 25th April 2025 Estimated Date for Submission of Requests to Participate: 16th May 2025 Procedure Expected to be Used: • Request for Quote - Open Dynamic Market Membership: No Participation - Particular Suitability: • Small and medium-sized enterprises (SME) • Large enterprises Selection Process: 1. Mandatory Documents and Certification: • Legal and financial capacity documents. • Certifications and declarations of compliance. 2. Procurement Specific Questionnaire (PSQ): • Mandatory Questions: Legal, financial, and technical capacity. • Discretionary Questions: Past performance, references, and other relevant criteria. • Exclusion Criteria: Both Mandatory and Discretionary 3. Technical/Quality Questionnaire: • Detailed questions assessing the supplier's technical ability and quality assurance measures. 4. Pricing Evaluation: • Detailed breakdown of costs and pricing structure. 5. Overall Threshold: For the Suppliers that pass the PSQ, the combined weighted scores from the Technical/Quality Questionnaire and Pricing Evaluation will provide an overall score. The highest scoring supplier across the elements will be the successful bidder for the Lot. Term of the Contract Including Extensions: 1 year Previous Contract Information: No specific previous Contract.. Intention to Award the Contract to: 1. A single winning bidder based on the highest overall score across the combined Financial and Non-Financial elements. What Fees if Any will be Charged in Accordance with Section 45(7) of the PA 2023: No fees will be charged within this process. Will an Electronic Auction be Used: No What Lots will Form this Tender: No Lots, the winning Bidder will provide the services as set out. Will it be Awarded by Lot: No Estimated Award Criteria: Contract will be awarded maximum score basis. The successful Supplier who reaches the maximum combined score across the Quality/Technical and Financial evaluations will be awarded for that Lot. Can a Supplier bid for all Lots: No Lots Estimated Date of Contract Award: 11th July 2025 Estimated Value of the Contract: c£25,000 including VAT Estimated Value of Each Lot: No Lots Tendering Process - Number of Days for the ITT to be Live: Request for Quote will be live for 21 Calendar Days. Associated Notice - Preliminary Market Engagement Notice: None Document Access: Documents relating to the procurement can be obtained from www.mytenders.co.uk . All documents and notices will also be published to the central digital platform. Expression of Interest: Interested parties can express their interest through the Portal once the RFQ is published. Tender Submission Via: www.mytenders.co.uk . Estimated Date of Tender Submission: 1200 Hours 16th May 2025 Tenders and all Communications Must be in English: All communications and clarifications will be through the preferred tendering portal, in English. Additional Information: • WFHA, is a small independent and not-for-profit Registered Provider (PR), providing social homes across the London Borough of Waltham Forest for over sixty years. WFHA currently owns c350 homes: c150 general needs, c150 sheltered housing and c20 supported housing for adults with learning disabilities. • In addition, WFHA owns a property used to house young homeless people and this is currently 1 leased to another provider. The Service Provider will be required to undertake a full valuation exercise across all of WFHA assets. • WFHA Current property assets were last fully valued in 2014, however, partial valuation was carried out in 2018. WFHA full asset requires a revaluation, to ensure that the insurance coverage across the assets is adequate and future proofed. The consultant will be required to carry out this valuation process in an efficient manner without impacting the tenant(s) or any of the properties. • WFHA want to demonstrate that they are obtaining value for money and are testing the market to ensure that best value is being achieved. • In order to obtain value for money WFHA is undertaking a competitive quotation process to identify the most suitable, competent and capable valuation consultant. The appointed valuation consultant will be required to lead and undertake a review of WFHA's full property and wider assets and provide a detailed overview of the valuation at a granular detail. CPV Codes: • 70110000 - Development services of real estate • 70120000 - Buying and selling of real estate • 70330000 - Property management services of real estate on a fee or contract basis • 71241000 - Feasibility study, advisory service, analysis • 71315300 - Building surveying services • 71321100 - Construction economic services

Katy Reed

Published 20 minutes ago
Open

Torpoint Lower Fore Street RIBA 3 Detailed Design Reports

This package of work represents the development of the detailed design for the community hub and associated accommodation as well as the detailed design for the Public Town Square for the town of Torpoint, in South East Cornwall. A separate RIBA 3 report will be required for both elements. Both elements will run concurrently and the timeline to achieve them is critical to the success of the project. Grant Funding is paying for the delivery of both reports. The Project will constitute a combined community and housing development overlooking the River Tamar, adjacent to the Ferry Lanes and at the base of the main shopping street in the Town alongside the creation of a public open space in the form of a town square adjacent to the community hub. The focus must be on the ability to deliver a development with the community building at its centre with a clear understanding of potential cost. Both of these reports will support Torpoint and help them manage their way through local government funding and the detailed design must reflect this. The combination of the two reports will describe the centre of the Torpoint community for the future. Whilst the overall site is a significant development this quotation seeks to complete the detailed design (RIBA 3) study for the new community building and accommodation at the lower end of Fore Street on the site detailed in Enclosure 4. The requirement also includes a separate detailed design (RIBA 3) study for the Public Open Space detailed in the Masterplan at Enclosure 3. The aim is to define the assets to be delivered, understand the risks, issues, opportunities and costs for both sites and be in a position to submit an outline planning application for both, enabling the requirements of the One Public Estate (OPE) funding and the needs of the town and its community. The aim is to define the assets to be delivered, understand the risks, issues, opportunities and costs for both sites and be in a position to submit an outline planning application for both, enabling the requirements of the One Public Estate (OPE) funding and the needs of the town and its community. Both reports should clearly articulate how the spaces interact with each other to provide the community centre and the facilities to support them to enable entertainment and community use. The tenderer should also submit an outline planning application for both studies. The tenderer is to supply: i) A RIBA 3 Detailed Design for the community hub and the associated accommodation shown in the RIBA 2 Feasibility study . AND ii) A RIBA 3 Detailed Design for the Public Square. Both reports should clearly articulate how the spaces interact with each other to provide the community centre and the facilities to support them to enable entertainment and community use. The tenderer should also submit an outline planning application for both studies. The studies should include: a. Design studies and testing; b. Costing exercise to include professional fees and associated fixtures furnishings and equipment alongside potential Information Communication Technology (ICT) to reflect the evolved design and ensure budget viability; c. Reports on collaboration Architects and engineers are to demonstrate all aspects of design are integrated and practical with specific reference to the surrounding public realm and the coordination of activity between the two RIBA 3 studies; d. All recommendations from consultants are to be included including risks, issues, opportunities and dependencies; e. Outline planning application preparation and submission for both studies including all relevant documentation, drawings required for submission; f. Evidence that the designs meet building regulations and any other relevant requirements; g. A costed and refined final proposal; h. Any specific specifications, innovative design, or construction ideas; i. Advice on any specific consultants or specialists that may be required for the future as well as any specific surveys or actions that may be required to develop the plan to full planning approval; j. Potential delivery routes and programme for delivery (under an No Cost Extension contract); k. Construction strategy and timetable; l. Feedback and timetable of public consultations and statutory consultee discussions and actions. 3.3 The tender should contain Cost Breakdown for delivery by task and member of staff. 3.4 The tender should provide materials suitable to be displayed to the public as part of any consultation Torpoint Town Council might wish to undertake. Allowance should be made for a public consultation event in the town both inside and outside of the working day. Milestone Dates: - 1. Date Invitation to Tender (ITT) available on Contracts Finder 21st March 2025 2. Last date for raising queries - 1200 2nd April 2025 3. Last date for responses to clarifications to queries - 1700 3rd April 2025 4. Deadline to return ITT - 1200 6th May 2025 5. Evaluation of ITT - 7th May 2025 6. Evaluations reviewed by Town Team Project Board and recommendation made to Torpoint Town Council 12th May 2025 7. Award of Contract - 16th May 2025 8. Start Meeting - 30th May 2025 9. Two draft Reports ready for review - 6th October 2025 10. Torpoint Town Project Board presentation and review - 13th October 2025 11. Final two Reports Submission (Hard Deadline) - 13th November 2025 12. Full Torpoint Town Council Review of Reports 21st November 2025 The tender report submission should be completed in a PDF format and must be accompanied by: Covering letter (two sides of A4 maximum) to include: a. A single point of contact for all contact between the tenderer and Torpoint Town Council during the tender selection process, and for further correspondence. b. Confirmation that the tenderer has the resources available to meet the requirements outlined in this brief and its timelines this is a hard deadline. c. Confirmation that the tenderer holds current valid insurance policies as set out below and, if successful, supporting documentation will be provided as evidence: i. Professional Indemnity Insurance with a limit of indemnity of not less than one million (£1,000,000), ii. Employers Liability Insurance with a limit of indemnity of not less than two million (£2,000,000) iii. Public Liability Insurance with a limit of indemnity of not less than two million (£2,000,000). d. Conflict of interest statement. e. Torpoint Town Council has adopted a Climate Emergency Action Plan and requires as part of this procurement, information on how your organisation demonstrates its support for 'green initiatives'. Examples of two other similar projects for the mixed use element plus two projects of a public realm public square project that have been completed that demonstrate the ability and experience of the team being proposed (one side of A4 maximum per example). Please focus on the mixed use nature of the scheme and the cost / route for delivery. CV's of all relevant members of the team (one side of A4 maximum per CV). Programme of work. Clear articulation of any exemptions. Breakdown of expected costs and budget. The total maximum budget available for this commission is £190,000.00 (exc VAT), but inclusive of all expenses.

Katy Reed

Published 1 day ago
Open

Torpoint Lower Fore Street RIBA 3 Detailed Design Reports

This package of work represents the development of the detailed design for the community hub and associated accommodation as well as the detailed design for the Public Town Square for the town of Torpoint, in South East Cornwall. A separate RIBA 3 report will be required for both elements. Both elements will run concurrently and the timeline to achieve them is critical to the success of the project. Grant Funding is paying for the delivery of both reports. The Project will constitute a combined community and housing development overlooking the River Tamar, adjacent to the Ferry Lanes and at the base of the main shopping street in the Town alongside the creation of a public open space in the form of a town square adjacent to the community hub. The focus must be on the ability to deliver a development with the community building at its centre with a clear understanding of potential cost. Both of these reports will support Torpoint and help them manage their way through local government funding and the detailed design must reflect this. The combination of the two reports will describe the centre of the Torpoint community for the future. Whilst the overall site is a significant development this quotation seeks to complete the detailed design (RIBA 3) study for the new community building and accommodation at the lower end of Fore Street on the site detailed in Enclosure 4. The requirement also includes a separate detailed design (RIBA 3) study for the Public Open Space detailed in the Masterplan at Enclosure 3. The aim is to define the assets to be delivered, understand the risks, issues, opportunities and costs for both sites and be in a position to submit an outline planning application for both, enabling the requirements of the One Public Estate (OPE) funding and the needs of the town and its community. The aim is to define the assets to be delivered, understand the risks, issues, opportunities and costs for both sites and be in a position to submit an outline planning application for both, enabling the requirements of the One Public Estate (OPE) funding and the needs of the town and its community. Both reports should clearly articulate how the spaces interact with each other to provide the community centre and the facilities to support them to enable entertainment and community use. The tenderer should also submit an outline planning application for both studies. The tenderer is to supply: i) A RIBA 3 Detailed Design for the community hub and the associated accommodation shown in the RIBA 2 Feasibility study . AND ii) A RIBA 3 Detailed Design for the Public Square. Both reports should clearly articulate how the spaces interact with each other to provide the community centre and the facilities to support them to enable entertainment and community use. The tenderer should also submit an outline planning application for both studies. The studies should include: a. Design studies and testing; b. Costing exercise to include professional fees and associated fixtures furnishings and equipment alongside potential Information Communication Technology (ICT) to reflect the evolved design and ensure budget viability; c. Reports on collaboration Architects and engineers are to demonstrate all aspects of design are integrated and practical with specific reference to the surrounding public realm and the coordination of activity between the two RIBA 3 studies; d. All recommendations from consultants are to be included including risks, issues, opportunities and dependencies; e. Outline planning application preparation and submission for both studies including all relevant documentation, drawings required for submission; f. Evidence that the designs meet building regulations and any other relevant requirements; g. A costed and refined final proposal; h. Any specific specifications, innovative design, or construction ideas; i. Advice on any specific consultants or specialists that may be required for the future as well as any specific surveys or actions that may be required to develop the plan to full planning approval; j. Potential delivery routes and programme for delivery (under an No Cost Extension contract); k. Construction strategy and timetable; l. Feedback and timetable of public consultations and statutory consultee discussions and actions. 3.3 The tender should contain Cost Breakdown for delivery by task and member of staff. 3.4 The tender should provide materials suitable to be displayed to the public as part of any consultation Torpoint Town Council might wish to undertake. Allowance should be made for a public consultation event in the town both inside and outside of the working day. Milestone Dates: - 1. Date Invitation to Tender (ITT) available on Contracts Finder 21st March 2025 2. Last date for raising queries - 1200 2nd April 2025 3. Last date for responses to clarifications to queries - 1700 3rd April 2025 4. Deadline to return ITT - 1200 6th May 2025 5. Evaluation of ITT - 7th May 2025 6. Evaluations reviewed by Town Team Project Board and recommendation made to Torpoint Town Council 12th May 2025 7. Award of Contract - 16th May 2025 8. Start Meeting - 30th May 2025 9. Two draft Reports ready for review - 6th October 2025 10. Torpoint Town Project Board presentation and review - 13th October 2025 11. Final two Reports Submission (Hard Deadline) - 13th November 2025 12. Full Torpoint Town Council Review of Reports 21st November 2025 The tender report submission should be completed in a PDF format and must be accompanied by: Covering letter (two sides of A4 maximum) to include: a. A single point of contact for all contact between the tenderer and Torpoint Town Council during the tender selection process, and for further correspondence. b. Confirmation that the tenderer has the resources available to meet the requirements outlined in this brief and its timelines this is a hard deadline. c. Confirmation that the tenderer holds current valid insurance policies as set out below and, if successful, supporting documentation will be provided as evidence: i. Professional Indemnity Insurance with a limit of indemnity of not less than one million (£1,000,000), ii. Employers Liability Insurance with a limit of indemnity of not less than two million (£2,000,000) iii. Public Liability Insurance with a limit of indemnity of not less than two million (£2,000,000). d. Conflict of interest statement. e. Torpoint Town Council has adopted a Climate Emergency Action Plan and requires as part of this procurement, information on how your organisation demonstrates its support for 'green initiatives'. Examples of two other similar projects for the mixed use element plus two projects of a public realm public square project that have been completed that demonstrate the ability and experience of the team being proposed (one side of A4 maximum per example). Please focus on the mixed use nature of the scheme and the cost / route for delivery. CV's of all relevant members of the team (one side of A4 maximum per CV). Programme of work. Clear articulation of any exemptions. Breakdown of expected costs and budget. The total maximum budget available for this commission is £190,000.00 (exc VAT), but inclusive of all expenses.

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete