Tender

Heavy Engineering Maintenance Framework Agreement (for Services up to GBP 250k excluding VAT)

  • Lothian Health Board

F02: Contract notice

Notice identifier: 2024/S 000-031482

Procurement identifier (OCID): ocds-h6vhtk-04a4e5

Published 2 October 2024, 10:10am



Section one: Contracting authority

one.1) Name and addresses

Lothian Health Board

Procurement Headquarters, Waverley Gate 2-4 Waterloo Place

Edinburgh

EH1 3EG

Email

adrian.teather@nhs.scot

Telephone

+44 7966119862

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.nhslothian.scot.nhs.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

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?VISITORID=d949470c-7837-45a6-9635-7f3a4dad15a0&_ncp=1727095487491.12202-1

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?VISITORID=d949470c-7837-45a6-9635-7f3a4dad15a0&_ncp=1727095487491.12202-1

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=d949470c-7837-45a6-9635-7f3a4dad15a0&_ncp=1727095487491.12202-1

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

Heavy Engineering Maintenance Framework Agreement (for Services up to GBP 250k excluding VAT)

Reference number

LR3-117-2024

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

NHS Lothian wishes to create a framework to appoint suitable suppliers capable of providing heavy engineering related services as per the ITT documents.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50241100 - Vessel repair services
  • 51131000 - Installation services of steam generators
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 50700000 - Repair and maintenance services of building installations
  • 71314310 - Heating engineering services for buildings
  • 50712000 - Repair and maintenance services of mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
  • UKM75 - Edinburgh, City of
  • UKM73 - East Lothian and Midlothian
Main site or place of performance

Edinburgh and the Lothians.

two.2.4) Description of the procurement

NHS Lothian wishes to create a framework for heavy engineering services as further described within the ITT and Specification.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Cost criterion - Name: Cost / Weighting: 50

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

Duration in months

24

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

NHS has adopted Safe Contractor. The successful bidder must be Safe Contractor registered or equivalent.

three.1.2) Economic and financial standing

List and brief description of selection criteria

[4B1.2] Provide average yearly turnover for the past 3 years.

[4B5b] - Employer's (Compulsory) Liability Insurance of 5 million GBP

[4B5c] - Public Liability Insurance of 5 million GBP

[4B5c] - Professional Indemnity Liability Insurance of 5 million GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C1.2 Bidders must provide two examples of services carried out during the past three years that demonstrate experience to deliver the services described in part II.2.4 of the Contract Notice and the ITT, and in particular:

- a similarly complex estate; &

- with similar heavy engineering needs.

Examples should demonstrate experience of non-reactive maintenance. Bidders’ examples should include the following details:

- Detailed description and location of the service.

- Value of the contract/service

- Contract period

- Complexity of estate managed

- Details of multi/complex stakeholder engagement

- Contact details of a reference (this may be used for information purposes only)

This is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this may result in your tender

being rejected.

[4D1] Quality Management. The Bidder must have the following:

A documented process for ensuring that quality management is effective in educing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.

Health and Safety. The Bidder must have the following:

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company’s responsibilities of H&S management and compliance with legislation.

NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.

[4D2] Environmental Management Systems. The Bidder must have the following:

Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence that the bidder’s organisation’s environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these

arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints.


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: 6

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

4 November 2024

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 November 2024

Local time

12:00pm


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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

Objective criteria for ensuring the selection of suitably qualified candidates:

This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T.

We will apply a single stage process:

Pre-Qualification via the SPD. The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. Bidders must pass the the SPD minimum Standards in SPD.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27683. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Community Benefits as described within the procurement documents.

(SC Ref:778666)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Sheriff Court House, 27 Chambers Street

Edinburgh

Country

United Kingdom