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
nss.hfsframeworkscotland@nhs.scot
Telephone
+44 1412071600
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
https://www.nss.nhs.scot/browse/nhs-scotland-assure
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 Cost Advisor Consultant Framework (2023)
Reference number
NP800223
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 Cost Advisor services to Framework Customers (as further described in the
Statement of Requirement). There are 4 distinct lots:
Lot 1 – National Framework (CAN1).
Lot 2 – Region 1 Framework: East + Highland (CAR1).
Lot 3 – Region 2 Framework: North + Highland (CAR2).
Lot 4 – Region 3 Framework: West + Highland (CAR3).
Bidders will be permitted to be appointed to a maximum of three (3) out of the four (4) Frameworks. Bidders will be permitted to bid on all four (4) Frameworks, but they can only be appointed to a maximum of three (3). Bidders will be required to rank their order of preference across the four (4) Frameworks.
The Cost Advisor Framework is not limited to only Frameworks Scotland 3 projects, but can be used by Framework Customers to support on the delivery of all healthcare-built environment projects across Scotland. Framework Customers will have the opportunity to Call Off from the Cost Advisor Framework for all available procurement routes including but not limited to Hub, Minor Building Works Frameworks, traditional procurements and direct appointments. And any other future procurement methods such as mutual investment model
The Cost Advisor Framework are intended to provide accessible independent consultancy support to the Framework Customers on a Call Off basis.
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 CAN1 - 10 million GBP and CAR1 /CAR2 / CAR3 - 2.8 million GBP over the 4 years.
two.1.5) Estimated total value
Value excluding VAT: £28,400,000
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: 3
two.2) Description
two.2.1) Title
NHSScotland Cost Advisor Framework (2023) - CAR2 Regional
Lot No
3
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71500000 - Construction-related services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
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
Cost criterion - Name: Price Submission / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,800,000
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
two.2) Description
two.2.1) Title
NHSScotland Cost Advisor Framework (2023) - CAR1 Regional
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71500000 - Construction-related services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71244000 - Calculation of costs, monitoring of costs
- 71242000 - Project and design preparation, estimation of costs
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
Cost criterion - Name: Price Submission / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,800,000
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
two.2) Description
two.2.1) Title
NHSScotland Cost Advisor Framework (2023) - CAN1 National
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71500000 - Construction-related services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
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 Submission / 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
two.2) Description
two.2.1) Title
NHSScotland Cost Advisor Framework (2023) - CAR3 Regional
Lot No
4
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71500000 - Construction-related services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71541000 - Construction project management services
- 71242000 - Project and design preparation, estimation of costs
- 71244000 - Calculation of costs, monitoring of costs
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: Written Quality and Interview / Weighting: 70
Cost criterion - Name: Price Submission / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,800,000
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 services to be delivered as part of the Cost 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 P3EA - CAN1 Economic and Financial Standing and /or P3EB CAR123 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, including the qualitative moderation and creditsafe checks will receive a Fail will be excluded from the Tender process.
Please refer to P3EA - CAN1 Economic and Financial Standing and /or P3EB CAR123 Economic and Financial Standing documents for full details on the requirements.
Minimum level(s) of standards possibly required
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
CAN1 National - 1,000,000 GBP over the last 3 years.
CAR123 Regional - 500,000 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 Cost Advisor frameworks. 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 services outlined in the Tender document to provide the Cost 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
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
12 December 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
12 December 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 25254.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25254. 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:
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:745548)
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