Tender

Quality Trusted Solutions (QTS) Find a Tender Service Consultants Framework

  • Quality Trusted Solutions LLP

F02: Contract notice

Notice identifier: 2021/S 000-010661

Procurement identifier (OCID): ocds-h6vhtk-02b116

Published 14 May 2021, 12:11pm



Section one: Contracting authority

one.1) Name and addresses

Quality Trusted Solutions LLP

First Floor, 350 Euston Road

London

NW1 3AX

Contact

Ms Susan Goss

Email

Susan.goss@curriebrown.com

Telephone

+44 7796263777

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://qts-llp.co.uk/

Buyer's address

https://procontract.due-north.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Quality Trusted Solutions (QTS) Find a Tender Service Consultants Framework

Reference number

DN543506

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Quality Trusted Solutions LLP (QTS) is a wholly owned subsidiary of the Central & North West London NHS Foundation Trust (CNWL). QTS was established in 2017 to manage the estates and facilities functions of CNWL across 150+ sites, and to market its services within the wider healthcare sector to deliver estates and facilities solutions across London and the South East of England.

CNWL remains QTS primary customer, and it engages QTS to deliver its annual capital programme of capital projects to its properties, with an average annual value of up to £15m. This investment is targeted at delivering major property improvements and upgrades to ensure patients and service users are cared for in a safe, therapeutic and comfortable environment.

This 5 Lot Consultants Framework will include the following disciplines to facilitate the delivery of QTS’s new build and refurbishment schemes over the Framework’s 4-year term:

• Lot 1 – Architects (medium/large, schemes greater than £2m project value)

• Lot 2 – Architects (small/medium, schemes less than £2m project value)

• Lot 3 – Cost Consultants

• Lot 4 – M&E Engineering

• Lot 5 – Building Surveyors

Please note that potential suppliers can apply to all Lots on the Framework but can only apply to either Lot 1 (medium/large, schemes greater than £2m project value) OR Lot 2 (small/medium, schemes less than £2m project value).

two.1.5) Estimated total value

Value excluding VAT: £17,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Architect (medium/large, schemes greater than £2m project value)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)
Main site or place of performance

Quality Trusted Solutions, First Floor, 350 Euston Road, London NW1 3AX.

two.2.4) Description of the procurement

The appointed consultant must be able to demonstrate their understanding and experience specifically of design appropriate to mental health and community health patients and facilities, producing specifications and design management in accordance with:

• HBN 03-01 (adult mental health patients) and/or HBN 03-02 (child and adolescent mental health services), and

• HBN 11-01 (community health).

We are seeking architects that cover a comprehensive range of design services.

Bidders must be able to provide both mental health and community health design.

Please note that potential suppliers can apply to all Lots on the Framework but can only apply to either Lot 1 (medium/large, schemes greater than £2m project value) OR Lot 2 (small/medium, schemes less than £2m project value).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Architect (small/medium, less than £2m project value)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

The appointed consultant must be able to demonstrate their understanding and experience specifically of design appropriate to mental health and community health patients and facilities, producing specifications and design management in accordance with:

• HBN 03-01 (adult mental health patients) and/or HBN 03-02 (child and adolescent mental health services), and

• HBN 11-01 (community health).

We are seeking architects that cover a comprehensive range of design services.

Bidders must be able to provide both mental health and community health design.

Please note that potential suppliers can apply to all Lots on the Framework but can only apply to either Lot 1 (medium/large, schemes greater than £2m project value) OR Lot 2 (small/medium, schemes less than £2m project value).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Cost Consultant

Lot No

3

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services
  • 71540000 - Construction management services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

The appointed consultant must be able to demonstrate their understanding and experience specifically of community health or mental health schemes, producing cost plans and providing cost management advice. We are seeking cost consultants that cover a comprehensive range of cost planning services.

Please note that potential suppliers can apply to all Lots on the Framework but can only apply to either Lot 1 (medium/large, schemes greater than £2m project value) OR Lot 2 (small/medium, schemes less than £2m project value).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

M&E Engineering

Lot No

4

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

The appointed consultant must be able to demonstrate their understanding and experience specifically of design appropriate to mental health and community health patients and facilities, producing specifications and design management in accordance with:

• HBN 03-01 (adult mental health patients) and/or HBN 03-02 (child and adolescent mental health services);

• HBN 11-01 (community health); and

• HTM-03 (heating and ventilating).

We are seeking mechanical and electrical engineers that cover a comprehensive range of design services, including the provision of ad-hoc advice and guidance on newly acquired sites (e.g., compliance reviews, whether M&E systems can speak to each other).

Please note that potential suppliers can apply to all Lots on the Framework but can only apply to either Lot 1 (medium/large, schemes greater than £2m project value) OR Lot 2 (small/medium, schemes less than £2m project value).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Building Surveyor

Lot No

5

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

The appointed consultant must be able to demonstrate their understanding and experience specifically of design appropriate to mental health and community health patients and facilities, producing specifications, design management, and managing works on site in accordance with:

• HBN 03-01 (adult mental health patients) and/or HBN 03-02 (child and adolescent mental health services); and

• HBN 11-01 (community health).

Additionally, specifications must comply with the relevant Health Technical Memoranda’s (HTMs).

We are seeking building surveyors that cover a comprehensive range of services.

Please note that potential suppliers can apply to all Lots on the Framework but can only apply to either Lot 1 (medium/large, schemes greater than £2m project value) OR Lot 2 (small/medium, schemes less than £2m project value).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

three.2.2) Contract performance conditions

Please refer to procurement documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 June 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

29 July 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The bodies to whom the use of this Framework Agreement will be open include all Contracting Authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the following entities in the UK (particularly those of a health and/or social care nature) are envisaged as Framework Agreement users:

(1) All National Health Service (NHS) bodies in England, including but not limited to:

(i) Acute trusts (as listed at: http://www.nhs.uk/servicedirectories/pages/acutetrustlisting.aspx);

(ii) Health and care trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx);

(iii) Mental health trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx);

(iv) Clinical commissioning groups (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx);

(v) Ambulance trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx);

(vi) Area teams (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx);

(vii) Special health authorities (http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx);

(viii) NHS England; and

(ix) Clinical senates and strategic clinical networks;

(2) All NHS bodies in Wales, including but not limited to all:

(i) Health boards;

(ii) NHS trusts;

(iii) The national delivery group;

(iv) Community health councils; and

(v) NHS Wales shared services partnership (as listed at http://www.wales.nhs.uk/nhswalesaboutus/structure).

(3) All NHS bodies in Northern Ireland (known as Health and Social Care), including but not limited to:

(i) Health and social care trusts (as listed at: http://online.hscni.net/?s=trusts);

(ii) Health agencies (as listed at: http://online.hscni.net/?s=health+agencies);

(iii) Hospitals (as listed at: http://online.hscni.net/?s=hospitals); and

(iv) The Health and Social Care Board;

(4) Social enterprises undertaking some or all of the previous service provider functions of contracting authorities in relation to health and/or social care services;

(5) Integrated Care Systems (existing or future established)

This list includes each organisation's successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes – including existing or future established bodies.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom