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
Telephone
+44 7796263777
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
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
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom