Tender

NHSScotland Lead Advisor Consultant Framework (2023)

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F02: Contract notice

Notice identifier: 2023/S 000-016481

Procurement identifier (OCID): ocds-h6vhtk-037839

Published 9 June 2023, 4:46pm



Section one: Contracting authority

one.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

Email

nss.hfsframeworkscotland@nhs.scot

Telephone

+44 1412071600

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.nss.nhs.scot/browse/procurement-and-logistics

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

NHSScotland Lead Advisor Consultant Framework (2023)

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

This Framework will provide Lead Advisor services to Framework Customers (as further described in the

Statement of Requirement). The role of the Lead Advisor is varied and may include

a range of advisory, design discipline, inspection and supervision services and building surveying inputs to health and social care

programmes of work and projects to be delivered via a variety of procurement routes. It will be a key requirement of this Framework

to provide an integrated Advisor service for construction projects procured under the NEC4 suite of contracts.

The authority is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate

of the total potential value over the term of the framework is noted within the contract notice. The current realistic anticipated framework expenditure is circa 10 million GBP, however the maximum anticipated expenditure for the framework is 20million GBP given the potential for additional funding to be allocated to the NHSScotland Capital Programme over the life of the framework.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71222000 - Architectural services for outdoor areas
  • 71210000 - Advisory architectural services
  • 71220000 - Architectural design services
  • 71221000 - Architectural services for buildings
  • 71222100 - Urban areas mapping services
  • 71230000 - Organisation of architectural design contests
  • 71300000 - Engineering services
  • 71310000 - Consultative engineering and construction services
  • 71311300 - Infrastructure works consultancy services
  • 71311200 - Transport systems consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71400000 - Urban planning and landscape architectural services
  • 71410000 - Urban planning services
  • 71420000 - Landscape architectural services
  • 71421000 - Landscape gardening services
  • 71500000 - Construction-related services
  • 71510000 - Site-investigation services
  • 71520000 - Construction supervision services
  • 71521000 - Construction-site supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71541000 - Construction project management services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71631300 - Technical building-inspection services
  • 71631400 - Technical inspection services of engineering structures
  • 71630000 - Technical inspection and testing services
  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

As per the procurement documents uploaded to the Public Contact Scotland Tender portal.

two.2.5) Award criteria

Quality criterion - Name: Quality Written and Interview / Weighting: 70

Cost criterion - Name: Price Submisison / Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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.2.10) 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

Details of the required disciplines required to be delivered as part of the Lead Advisor services are detailed within the Tender documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders are required to complete tender document P3E - Economic and Financial Standing document as part of their Tender Response.

This document outlines the evaluation requirements which bidders will be required to meet to enable their Tender Response to be evaluated further in the process. All bidders who fails the Economic and Financial Standing requirements will receive a Fail will be excluded from the Tender process.

Minimum level(s) of standards possibly required

Minimum Financial Standing Thresholds:

Each bidder must pass a minimum financial threshold test. The maximum score that can be achieved for each of the sections over the last 3 years (Operating Profit, Interest Cover Ratio, Current Ratio and Net Assets (excluding intangible assets)) is a score of 2.

In order to meet the minimum financial standing threshold, each potential supplier must achieve a combined weighted score for all of the criteria of three (3) or more

Minimum Turnover Threshold:

Bidders will be required to meet the minimum stated average annual turnover value of 2,000,000 GBP over the last 3 years.

Credit Safe Checks:

Bidders with a credit safe score of Very High Risk and High Risk will not be permitted to proceed to Tender Stage and will be removed from the Tender evaluation.

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

Reference to the relevant law, regulation or administrative provision

Please refer to the Tender documents which provides a full breakdown of the professional services to be delivered via the Lead Advisor framework. This also includes minimum requirements for staff grade qualifications expected. App P2A1 Evaluation Guidance Notes - Staff Grade Descriptions tab.

three.2.2) Contract performance conditions

Bidders must have the ability to deliver all key disciplines outline in the Tender document to provide the Lead Advisor services.

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

Open 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: 5

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-029879

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

Date

24 July 2023

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

24 July 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Please refer to Tender documentation on PCS-Tender for further information in relation to this Tender.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24364. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please refer to the Tender documentation around expectations related to Bidder performance upon award to the framework in relation to community benefits and social value requirements.

(SC Ref:727320)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts and Tribunals Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

Country

United Kingdom