Tender

NHSL743 NEC4 Supervisor with clerk of works duties for the Monklands Replacement Project

  • NHS Lanarkshire

F02: Contract notice

Notice identifier: 2024/S 000-035377

Procurement identifier (OCID): ocds-h6vhtk-037f1a

Published 31 October 2024, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

NHS Lanarkshire

NHS Lanarkshire Headquarters, Kirklands, Fallside Road

Bothwell

G71 8BB

Email

bronwyn.bainbridge@lanarkshire.scot.nhs.uk

Telephone

+44 1698752649

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.nhslanarkshire.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

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

NHSL743 NEC4 Supervisor with clerk of works duties for the Monklands Replacement Project

Reference number

NHSL743

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 Lanarkshire requires NEC4 Supervisor services and clerk of works duties services for the Monklands Replacement Project (MRP). The full extent of the services is subject to the execution of the Works Contracts for MRP and could include: enabling works, road works, input to scope (Works Scope) in the run up to Final Business Case (FBC); and after FBC approval, if received. Work is expected to start in 2025, with hospital completion in 2030/2031, with a defects liability period of 2 years.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services
  • 71300000 - Engineering services
  • 71500000 - Construction-related services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

Wester Moffat site, Airdrie, Lanarkshire

two.2.4) Description of the procurement

NHS Lanarkshire requires an NEC4 Supervisor with clerk of works duties for the Monklands Replacement Project (MRP). The main contract is a design and build NEC4 ECC contract and there is the potential for up to two other NEC4 ECC contracts all forming part of the same project. Initially, the service is needed for the Enabling Works, and services for the Main Works contract will be required once FBC is approved. There might also be a roadworks contract during the period of the main works contract. Enabling Works are expected to start April 2025. On FBC, the Main Works Contract will commence. There is expected to be a programme overlap of the Enabling Works and the Main Works. Although work on the site will commence in 2025, the NEC4 Supervisor with clerk of works duties is expected to join the team once appointed, and contribute to the Works Scope and the test/inspection regime in particular. The Consultant, from appointment, is expected to input on drawings and the Works Scope under the contract and to engage relevant to NEC4 Supervisor’s duties at an early stage. The NEC4 Supervisor is expected to continue with its service until the Main Works defects date, which will be 2 years after the completion of the new hospital in 2030/2031. The Consultant is expected to be experienced in healthcare projects and will be an integral part of the project team.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

100

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

included in the procurement documents.

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

Consultants are expected to meet the requirements stated in the procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As more fully stated in the Procurement Documents:

Tenderers are required to enclose copies of statutory accounts and annual reports for the last two years (or such other period for which audited accounts and annual reports are available where the organisation has been trading for less than two years), to include:

a) Balance Sheet and Profit and Loss Account;

b) Full Notes to the Accounts;

c) Director’s Report; and

d) Auditor’s Report.

Where an organisation files abbreviated statutory accounts to UK Companies House, such that certain information outlined in the table in section 4B.4 below is not publicly available, please enclose copies of management accounts.

Where an organisation is not subject to an external independent audit, financial information provided must be signed by a person of appropriate financial authority of the organisation, attesting that it is a true and fair representation of the organisation’s financial performance.

This information will be used to verify the contents of the ratios and extracted information.

Tenderers are required to provide the following information and ratios:

A Turnover

B Operating profit before exceptional items

Operating Profit Percentage (B/A)

C Current Assets

D Current Liabilities

Current Ratio (C/D)

Minimum level(s) of standards possibly required

The tenderer must pass a minimum financial threshold test. The basis for determining all tenderer(s’) financial standing in relation to the threshold is set out in the procurement documents. In order to meet the minimum financial standing threshold, the bidder must achieve a score for the criteria above of 4.5 or more. The maximum available score is 9.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Included in the 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

Competitive procedure with negotiation

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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 000-031204

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

Date

5 December 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 January 2025

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

Tender must be valid until: 29 August 2025


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Professional indemnity insurance: not less than ten million pounds (GBP10,000,000) in the annual aggregate with a minimum of two automatic reinstatements of the limit;

Employer’s Liability insurance: the Consultant requires to maintain Employer's Liability insurance;

Public Liability insurance: not less than ten million pounds (GBP10,000,000) in respect of any one occurrence, the number of occurrences being unlimited.

The tenderer is required to provide a separate SPD response (Sections A and B of Part II and Part III) for each subcontractor who will Provide the Service.

The tenderer is required to provide quality management and environmental management information as required by Schedule 3B.

The estimated value of the contract is a result of the envisaged length of the contract. It is possible the value of the contract may vary in accordance with the contract to reflect changes to or increase in the MRP timescales, as the project may vary.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=776811.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

All main Subcontractors are to be included as part of the proposal. Given the nature of the services, continuity of provision of the services over the duration is key and use of subcontractors post award of contract is not anticipated or considered suitable for delivery.

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 described in the procurement documents.

(SC Ref:776811)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

Country

United Kingdom