EOI Ref.: HAHO(S)/P/34-145

Trade Enquiry

for

Project Management Consultancy Services

for

Redevelopment of Grantham (Phase 1)

(EOI Ref.: HAHO(S)/P/34-145)

Procurement & Materials Management Section Business Service Support Department Room 317N, 3/F., Building, 147B Argyle Street, Fax: 2882 4371 Website: www.ha.org.hk Email: [email protected]

EOI Ref.: HAHO(S)/P/34-145 Page 2

Table of Contents

1. Purpose

2. Objectives

3. Background

4. Scope of Services

5. Basic Requirements

6. Submission Requirements

7. Trade Enquiry

8. Not Used

9. Tentative Procurement Plan

10. Enquiry

Annexure

Annex I Site Plan

Annex II Reply to the Trade Enquiry

Annex III Service Requirements

Annex IV Sample of Submission of Project Details

EOI Ref.: HAHO(S)/P/34-145 Page 3

1. Purpose

1.1. The Hong Kong Hospital Authority (“HA”) invites potential companies to indicate their interests and provide their feedbacks on the forthcoming project management consultancy services tender for the Redevelopment of Grantham Hospital (“GH”) - Phase 1.

1.2. Relevant details on the scope of the services required are set out in Section 4 below.

2. Objectives

2.1. HA is interested in seeking project management consultancy services from professional consultants within the construction and surveying industry, including companies that have local or overseas experience in leading the delivery of building projects whether (i) they are contractors/builders-related, architectural, engineering, surveying or project management firms; (ii) they are registered companies in Hong Kong or international firms.

2.2. The main objectives of this Trade Enquiry exercise include:-

(a) To invite market feedback, on a noncommittal basis, on the proposed consultancy services and to evaluate to the extent the market can meet the requirements of the consultancy services. The information as collected and reviewed is intended to serve as an important reference for the development of the future tender requirements.

(b) To understand the market supply of firms offering project management/project leading consultancy services and the tender conditions under which they would be prepared to bid to HA.

(c) To ensure there will be tenderers who possess relevant experience and competence to enter into a contract with HA to perform project management/project leading consultancy services.

3. Background

3.1. The Site is located at 125 Road, Aberdeen. The overall redevelopment (the “Redevelopment”) comprises the following:-

(a) demolition of the Main Block, Kwok Tak Seng Heart Centre, Senior Staff Quarters, Nurse Quarters and other ancillary buildings of the Grantham Hospital;

(b) construction of three new hospital blocks to accommodate:

(i) In-patient ward accommodation with a planned capacity of 500 in-patient and day beds; EOI Ref.: HAHO(S)/P/34-145 Page 4

(ii) Cancer Centre services including diagnostic radiology, endoscopy, chemotherapy and radiotherapy; (iii) Ambulatory care services such as renal care centre, diabetes & endocrine ambulatory centre, cardiac & respiratory care, geriatric day hospital, specialist outpatient clinic and community health centre; (iv) Clinical & Translational Research Centre accommodating biobanking, personalized health care centre, clinical research development, translational research laboratories and teaching facilities; (v) Ancillary & other services such as allied health & social work services, clinical laboratory services / TB laboratory, community health education and school of general nursing; (vi) Supporting and administrative services; and (vii) Link bridge which facilitates pedestrian access.

3.2. In consideration of the fact that the existing GH cannot be fully vacated for construction, while the operating services of GH must be maintained at all times, the Redevelopment is divided into two phases as below:

Phase 1 will comprise the following works:

(a) Demolition of the Senior Staff Quarters, Nurse Quarters Block 1 and Block 2;

(b) Decanting works including the refurbishment of the Assembly Hall, Nurse Quarter Blocks 3 and 4, part of the existing Block A and other ancillary buildings to accommodate the supporting and administrative services;

(c) Construction of two new blocks, Block A and Block B. Block A will mainly accommodate the Clinical and Translational Research Centre while Block B will mainly accommodate in-patient accommodation, Cancer Centre, cardiac & respiratory care, ambulatory care facilities, endoscopy unit, allied health services, clinical laboratory services, and administrative & supporting services; and

(d) New Blocks A and B will provide temporary accommodation for the school of general nursing, clinical laboratory services, allied health services, and administrative & supporting services which will ultimately be located in Phase 2 but need to remain in operation at all times during the Phase 2 works.

Phase 2 will comprise the following works:

(a) Demolition of the Main Block, Kwok Tak Seng Heart Centre, existing Block A, Nurse Quarter Block 3 & Block 4, Assembly Hall, Block 5 and other ancillary buildings;

(b) Construction of a new Block C which links with Block B and will accommodate in-patient accommodation, day surgery & anaesthesiology, cardiac & respiratory care, major ambulatory care facilities, ancillary and other services such as allied health services, clinical laboratory services, EOI Ref.: HAHO(S)/P/34-145 Page 5

community health education, school of general nursing, supporting & administrative services, and link bridges; and

(c) Upon completion of Block C, the temporary accommodation in new Block A and B will be vacated for the carrying out of the final refurbishment works. Existing Block 5 will be demolished, and final landscaping & road works will be carried out.

3.3. The Project includes all services and works required for Phase 1 AND all necessary provision and interface required for Phase 2.

3.4. A site plan showing the existing blocks and the schematic layout plan for the Redevelopment are attached at Annex I.

3.5. The project team is planned to be composed of (i) Project Management Consultant (PMC), (ii) Architectural Consultant, (iii) Structural, Civil & Geotechnical Engineering Consultant, (iv) Building Services Engineering Consultant and (v) Quantity Surveying Consultant who will all be procured and appointed separately by the HA.

3.6. Construction works of the Project will be procured and awarded separately by the HA, under a number of works contracts comprising the project including but not limited to services and utilities diversions, slope stabilization works, refurbishment, demolitions, site formation, foundation, main building works, nominated subcontracts or any direct contracts as appropriate.

3.7. The construction works of Phase 1 is scheduled for 2020 and completed by 2024.

3.8. The Construction Floor Area (CFA) for Phase 1 is approximately 102,500m2.

3.9. The project details described above have been set out on prima facie basis, which are provided for guidance only and may be subject to change and further development.

4. Scope of Services

4.1. The PMC to be engaged shall provide the full range of project management/project leading consultancy services and shall act as the project team leader with the overall responsibility for the management and procurement of the successful delivery of the Project to the satisfaction of the Employer throughout the Project life cycle from inception to construction completion, testing & commissioning and finalization of accounts.

4.2. The PMC shall lead, supervise, manage and monitor all aspects of the Project including but not limited to planning, programming, execution and costing and shall manage, supervise and monitor all aspects of the design performed by the project consultants and construction of the works performed by the Contractors.

4.3. The PMC shall include the provision of a BIM Auditor and who shall administer, EOI Ref.: HAHO(S)/P/34-145 Page 6

lead and manage the BIM process.

4.4. The Consultant shall recruit, employ, manage and supervise the Resident Site Staff (non-statutory supervision purpose).

4.5. It is of paramount importance that throughout all time of the Project, GH shall remain functional at all times and any disruption of services, if unavoidable, shall be kept to a minimum.

5. Basic Requirements

5.1. The Respondents who fulfill all of the following requirements are invited to submit a reply of the Trade Enquiry to HA:-

(a) Technical Capability

(i) Having relevant local and/or overseas experience and technical expertise in providing full range of project management or project leading consultancy services.

(ii) A frim of any design discipline or related construction business with solid track record of leading or managing major capital works projects in Hong Kong or elsewhere.

(iii) Possessing adequate in-house professionals, technical and supporting staff of relevant experiences, as well as necessary resources for undertaking the services.

(b) Financial Capability

- Possess the financial capability for providing the required services, including the possible provision on a bond/banker’s guarantee of value at 5%* of the value of the consultancy agreement in the event of failure in HA financial vetting.

* The percentage is a preliminary intended figure and subject to review in the future tender documents

6. Submission Requirements

6.1. The Respondents are required to provide the following information and documents:-

(A) Particulars of the Respondent

(i) Completed application form, as provided in Annex II, containing the basic information of the respondent and its authorized representative together with a declaration; EOI Ref.: HAHO(S)/P/34-145 Page 7

(ii) Copies of Business Registration Certificate, Certificate of Incorporation, Memorandum and Articles of Association, latest Annual Return filed with the Companies Registry (copies of similar constitutive documents are to be provided in case of an overseas company);

(iii) Names of its current Directors, Shareholders and Company Secretary;

(iv) Names and addresses of any associated companies of the party in Hong Kong and overseas (whether parent, subsidiary or other);

(v) Company organization chart, with number of managerial, professional and general staff employed in the last 12 months. Names, qualifications and experience of key staff (i.e. staff with professional qualification or more than 10 years relevant experience) are to be stated; and

(vi) If the respondent is a subsidiary, the involvement, if any, of its parent company in the provision of the services.

(B) Profile and Experience

(i) A description of the respondent’s company profile and its experience in undertaking the services similar to the subject assignment;

(ii) A full list of project references for the similar services previously undertaken, in HKSAR and/or abroad, giving the details on the name of clients, the nature, scope of services, timeframe and scale of the projects, the year of contract award, and the role and degree of involvement of the respondent in the projects;

(iii) Relevant licenses, permits and specified accreditations and certification for ensuring quality services including ISO (International Organisation for Standardization) being maintained by the respondent; and

(iv) Any other information that the respondent considers relevant to the provision of the services.

(C) Services Requirements (Annex III)

The Respondents are requested to indicate the compliance with the services requirement, to provide details and/or comments by completing Annex III.

All information including personal data collected by HA shall be used for the purpose of this Trade Enquiry.

EOI Ref.: HAHO(S)/P/34-145 Page 8

7. Trade Enquiry

7.1. This invitation to submit a reply of the Trade Enquiry does not constitute an invitation to offer or an offer in relation to the services to the HA, nor does this document or any document made available pursuant to this invitation constitute any contract or agreement of any kind whatsoever with HA.

7.2. The HA reserves the right to accept or reject any reply of the Trade Enquiry at its discretion and without assigning any reason or explanation.

7.3. The HA reserves the right to cancel or terminate the process of Trade Enquiry and/or “Invitation to Tender” for the provision of project management/project leading consultancy services for the Project at any time or during any stage of the process without giving any reason for such action. The HA shall not be liable to any party for any loss or damage, cost or expenses as a result of such action.

7.4. All replies to the Trade Enquiry in three hard copies and additional one copy in PDF format with CD-Rom as storage media in sealed envelope marked “Trade Enquiry for the Project Management Consultancy Services for Redevelopment of Grantham Hospital (Phase 1) (EOI Ref.: HAHO(S)/P/34-145) deadline on 8 November 2017” should be deposited into the Tender Box situated at the following address on or before 12:00 noon on 8 November 2017 (Hong Kong Time).

Hospital Authority Tender Box 3rd Floor, Lift Lobby Hospital Authority Building 147B Argyle Street Kowloon Hong Kong

8. Not Used

9. Tentative Procurement Plan

It is anticipated that the Procurement Plan will be as follows:-

(a) Completion of Review of the Trade Enquiry Replies: 4Q 2017 (b) Tender Issuance: 1Q 2018 (c) Award of Contract: 3Q 2018 (d) Commencement of Consultancy Services: 3Q 2018

EOI Ref.: HAHO(S)/P/34-145 Page 9

10. Enquiry

Any enquiries concerning this Trade Enquiry exercise shall be made in writing to the designated contact person by email or by post as detailed below:-

Hospital Authority Head Office Attention: Miss Kim LEE, Hospital Administrator II (PCP) Telephone: 2300 6726 Fax: 2882 4371 E-mail: [email protected] Address: Room 317N, 3/F, Hospital Authority Building, 147B Argyle Street, Kowloon, Hong Kong

EOI Ref.: HAHO(S)/P/34-145 ANNEX I

Site Plan

Page 10 EOI Ref.: HAHO(S)/P/34-145 ANNEX I

Page 11 EOI Ref.: HAHO(S)/P/34-145 ANNEX II

Reply to Trade Enquiry for Project Management Consultancy Services for Redevelopment of Grantham Hospital (Phase 1)

I. Respondent

 Name of Respondent:

 Registered Address (No. Street, City, Country and Postal Code):

Tel. Fax No.: ( ) No.: ( ) E-mail:

II. Representative authorized by the Respondent The following information of the Representative authorized by the Respondent must be provided:  Name of the Representative authorized by the Respondent:

 Position of the Representative authorized by the Respondent:

 Contact Address (No., Street, City, Country and Postal Code):

Tel. Fax No.: ( ) No.: ( ) E-mail:

 The Representative must have full authority to commit the Respondent in this Reply to Trade Enquiry.

Page 12 EOI Ref.: HAHO(S)/P/34-145 ANNEX II

Reply to Trade Enquiry for Project Management Consultancy Services for Redevelopment of Grantham Hospital (Phase 1)

III. Declaration

 I declare that to the best of my knowledge and belief: (a) the Respondent is able to meet all of the basic requirements set out in Hospital Authority’s Trade Enquiry; and (b) the information and documents submitted by the Respondent to the Hospital Authority in response to the invitation are true and correct in all material respects.  I understand that Hospital Authority reserves the right to accept or reject any Reply to Trade Enquiry at its discretion without giving any reason or explanation.

Signature:

Name:

Position: For and on behalf of:

Company Chop:

Date:

 This shall be signed by the “Representative Authorized by the Respondent” named in Section II above.

Page 13 EOI Ref.: HAHO(S)/P/34-145 ANNEX III

Service Requirements

Provision of Project Management / Project Leading The Respondent MUST indicate Consultancy Services for Redevelopment of Grantham below the extent of compliance of the Hospital (Phase 1) offered service(s) by filling in “Yes” or “No” and provide the details of the offered service(s) point by point The service offered shall incorporate the following against each clause of the Service requirements: Requirements.

Clause Service Requirements Yes No (provide details) (Please tick as appropriate) 1. General 1.1 The Respondent must be able to provide the Project Management / Project Leading Consultancy Services as described in the Trade Enquiry documents.

If the answer is “NO”,

(i) please give a detailed explanation;

(ii) please also indicate the conditions that would enable the Respondent to offer the services (e.g. a reduction of scope of required services).

1.2 The Respondent is not required to be a company registered in Hong Kong and can be an international firm.

1.3 The Respondent cannot be in a form of any type of joint venture or be a company acting in consortium or association/collaboration/partnership with any other company. However, the Respondent may engage sub-consultants.

2. Relevant Project Experience 2.1 The Respondent itself (NOT the parent or sister companies) shall possess relevant project experience, local or overseas, in providing Project Management or Lead Consultancy services to meet the requirements and scope of services as specified in Trade Enquiry document Clause 4.

Please indicate number of years of relevant experience.

Page 14 EOI Ref.: HAHO(S)/P/34-145 ANNEX III

Clause Service Requirements Yes No (provide details) (Please tick as appropriate) 2.2 The Respondent itself (NOT the parent or sister companies) shall possess relevant project experience, local or overseas, in providing Project Management or Lead Consultancy services to meet the requirements and scope of services as specified in Trade Enquiry document Clause 4.

Please provide projects details by completing Annex IV with supporting documents.

2.3 Major Building Project Experience

The Respondent itself (NOT the parent or sister companies) shall possess relevant local or overseas experience in providing Project Management or Lead Consultancy services in major building project similar in nature and complexity to this project, either in the public or private sector, of project cost value not less than HK$2,000 million (in Sep 2017 price) in the past 10 years.

If yes, please provide the project details including the project cost value.

2.4 Major Building Project Experience

The Respondent itself (NOT the parent or sister companies) shall possess relevant local or overseas experience in providing Project Management or Lead Consultancy services in major building project similar in nature and complexity to this project, either in the public or private sector, of project cost value not less than HK$1,000 million (in Sep 2017 price) in the past 10 years.

If yes, please provide the project details including the project cost value (in addition to the projects already stated in Clause 2.3 of this Annex).

2.5 Major Building Project Experience

If the project cost value specified in Clause 2.3 and 2.4 of this Annex could not be met, please indicate the largest project cost value the Respondent have completed performing these service.

Page 15 EOI Ref.: HAHO(S)/P/34-145 ANNEX III

Clause Service Requirements Yes No (provide details) (Please tick as appropriate) 2.6 Hospital Project Experience

The Respondent itself (NOT the parent or sister companies) shall possess relevant local or overseas experience in providing Project Management or Lead Consultancy services in hospital project similar in nature and complexity to this project, either in the public or private sector, of project cost value not less than HK$1,000 million (in Sep 2017 price) in the past 10 years.

If yes, please provide the project details including the project cost value.

2.7 Hospital Project Experience

The Respondent itself (NOT the parent or sister companies) shall possess relevant local or overseas experience in providing Project Management or Lead Consultancy services in hospital project similar in nature and complexity to this project, either in the public or private sector, of project cost value not less than HK$500 million (in Sep 2017 price) in the past 10 years.

If yes, please provide the project details including the project cost value (in addition to the projects already stated in Clause 2.6 of this Annex).

2.8 Hospital Project Experience

If the project cost value specified in Clause 2.6 and 2.7 of this Annex could not be met, please indicate the largest project cost value the Respondent have completed performing these service.

2.9 The Respondent shall include in the services the administration, leading and management of the BIM process.

Please indicate the relevant past project experience of the Respondent if any.

Page 16 EOI Ref.: HAHO(S)/P/34-145 ANNEX III

Clause Service Requirements Yes No (provide details) (Please tick as appropriate) 2.10 The Respondent shall include the services of the recruitment, employment, management and supervision of the Resident Site Staff for non-statutory supervision purpose.

Please indicate the relevant past project experience of the Respondent if any.

3 Office and Staffing 3.1 The Respondent shall maintain for the duration of the Project an office in Hong Kong.

If the Respondent currently has an office in Hong Kong, please provide details (e.g. office address, office area, rental or self-owned, number of staff accommodated, etc.)

If the Respondent currently does not have an office in Hong Kong, please fill in Clause 3.2.

3.2 If the Respondent currently does not have an office in Hong Kong, he shall prepare to commit to set up and maintain an office in Hong Kong for the duration of the Project.

Please indicate (i) the compliance AND (ii) provide the reason why currently no office is in Hong Kong (e.g. an international firm not registered in Hong Kong).

3.3 The Respondent shall have sufficient directly employed professional staff with relevant experience to complete the services.

Please indicate the number of directly employed professional staff, their professional discipline and years of experience.

3.4 The Respondent may engage sub-consultants to complete the Project.

Please indicate the details of the scope of sub-contracting if sub-consultants will be engaged.

Page 17 EOI Ref.: HAHO(S)/P/34-145 ANNEX III

Clause Service Requirements Yes No (provide details) (Please tick as appropriate)

4. Insurance Coverage and Surety Bond 4.1 The Respondent shall maintain the Professional Indemnity Insurance cover at the amount equivalent to 2 times of lump sum fee or $150 million whichever is greater.

4.2 In cases where the HA is not satisfied with the result of the financial vetting of the Respondent, the Respondent may be required to submit a performance bond/banker’s guarantee of value at 5%* of the value of the consultancy agreement in a format and on the conditions approved by the HA.

* The percentage is a preliminary intended figure and subject to review in the future tender documents.

4.3 In cases where the HA is not satisfied with the result of the financial vetting of the Respondent, the Respondent may be required by the HA to provide a guarantee by the major shareholder(s) or partner(s) of that Respondent to be provided as security for the due and faithful performance of the Consultancy Agreement.

5. Added Value Services 5.1 Any added value services you can offer to the project. Please provide details.

6. Others 6.1 Any other comments in the procurement of project management services sought by HA.

Page 18 EOI Ref.: HAHO(S)/P/34-145 ANNEX IV

Trade Enquiry for Project Management Consultancy Services for Redevelopment of Grantham Hospital (Phase 1)

(EOI Reference: HAHO(S)/P/34-145)

The respondent shall submit a list of relevant project references in the following format with supporting such as a copy of job reference or recommendation letters from the previous clients.

Nature of the Project Project Scope of project Location Project Project Ref Client Project Title and Services (Public (Hong Commencement Completion Value Description / Kong / Date Date Private Overseas) Sector)

1)

2)

3)

4)

5)

6)

Note: If the space is not enough to fill your information, please use separate sheet to supplement the details

Page 19