Section one: Contracting authority
one.1) Name and addresses
NHS Lothian
Procurement Headquarters, Waverley Gate 2-4 Waterloo Place
Edinburgh
EH1 3EG
Telephone
+44 7973670313
Country
United Kingdom
NUTS code
UKM - Scotland
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
Framework Agreement for Minor Roofing Works and Services (up to 100k GBP Excluding VAT)
Reference number
LR3-109-2024
two.1.2) Main CPV code
- 45261900 - Roof repair and maintenance work
two.1.3) Type of contract
Works
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: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45260000 - Roof works and other special trade construction works
- 45261900 - Roof repair and maintenance work
- 45261910 - Roof repair
- 45261920 - Roof maintenance work
two.2.3) Place of performance
NUTS codes
- UKM73 - East Lothian and Midlothian
- UKM75 - Edinburgh, City of
- UKM78 - West Lothian
two.2.4) Description of the procurement
NHS Lothian wishes to create a framework roofing works as further described within the ITT and Specification.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).
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
[4B1.1] Provide general 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
4C.1 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 roofing 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: 3
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
Originally published as:
Date
11 November 2024
Local time
12:00pm
Changed to:
Date
26 November 2024
Local time
12:00pm
See the change notice.
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
11 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:
a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can
be found in Sections III.1.1, III.1.2, and III.1.3 of this Notice.
TUPE won't apply
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27689. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:769193)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Edinburgh
Country
United Kingdom