Tender

Construction Professional Service Framework

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2024/S 000-039989

Procurement identifier (OCID): ocds-h6vhtk-04ac4a

Published 11 December 2024, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Property & Capital Planning, Administration Building, Gartnavel Royal Hospital, Great Western Road

Glasgow

G12 0XH

Email

ggc.propertyandcapitalplanning@nhs.scot

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://www.nhsggc.scot/hospitals-services/visiting-hospital/capital-developments/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

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

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

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

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

Construction Professional Service Framework

Reference number

24CP013

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Greater Glasgow and Clyde (NHSGGC) and NHS Golden Jubilee (NHSGJ) health boards require the provision of a Construction Consultancy Professional Services Framework to support the delivery of capital projects across the Greater Glasgow and Clyde area. Successful framework suppliers will undertake scoping, design, tender, cost management, and construction management activities split across two lots for Lead Consultant and Cost Consultant services.

The framework will to be for a maximum period of up to 4 years from its commencement date and support projects ranging in works value up to ten million pounds.

The capital projects support the delivery of acute, primary care, mental health and healthcare support services across the health boards, framework consultants will be expected to work on a range of projects in terms of value, complexity and environment.

Full details of the tender opportunity are provided in the attached Invitation to Tender document.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

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: 2

two.2) Description

two.2.1) Title

Professional Services Framework - Cost Consultant Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Framework suppliers will be required to work across NHSGGC and NHSGJ locations

two.2.4) Description of the procurement

Cost Consultant services include the provision of cost advisor (quantity surveyor) services. The appointment would provide cost advice independent from the design team (Lead Consultant) and works contractors.

Further details of the Cost Consultant requirements are described in the attached Invitation to Tender.

two.2.5) Award criteria

Quality criterion - Name: Overall Quality Criteria / Weighting: 70

Price - Weighting: 30

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial period of the Framework Contract will run for 36 months from the commencement date with an option to extend 1 x 12 month period subject to satisfactory operation and performance.

Any period of extension will be at the sole discretion of NHSGG&C & NHSGJ.

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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

The criteria for selecting candidates in each stage is described in the attached Invitation to Tender document.

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.2.14) Additional information

Successful suppliers must be able to attend any NHSGGC or NHSGJ site within two hours notice.

Full details of the framework are provided in the attached Invitation to Tender document.

two.2) Description

two.2.1) Title

Professional Services Framework - Lead Consultant Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71242000 - Project and design preparation, estimation of costs
  • 71320000 - Engineering design services
  • 79415200 - Design consultancy services
  • 71220000 - Architectural design services
  • 71200000 - Architectural and related services
  • 71240000 - Architectural, engineering and planning services
  • 71310000 - Consultative engineering and construction services
  • 71315200 - Building consultancy services
  • 71530000 - Construction consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM8 - West Central Scotland
Main site or place of performance

Framework suppliers will be required to work across NHSGGC and NHSGJ locations

two.2.4) Description of the procurement

Lead Consultant services include the necessary professional service disciplines required to deliver the project excluding the cost advisor. The disciplines will include architectural, mechanical and electrical engineering, civil and structural engineering and CDM principal designer services.

The Lead Consultant would be architect or engineer lead with overall responsibility for the project delivery.

Further details of Lead Consultant requirements are described in the attached Invitation to Tender.

two.2.5) Award criteria

Quality criterion - Name: Overall Quality Criteria / Weighting: 70

Price - Weighting: 30

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial period of the Framework Contract will run for 36 months from the commencement date with an option to extend 1 x 12 month period subject to satisfactory operation and performance.

Any period of extension will be at the sole discretion of NHSGG&C & NHSGJ.

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

The criteria for selecting candidates in each stage is described in the attached Invitation to Tender document.

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.2.14) Additional information

Successful suppliers must be able to attend any NHSGGC or NHSGJ site within two hours notice.

Full details of the framework are provided in the attached Invitation to Tender document.


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

The relevant selection criteria is included in the SPD module.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The relevant selection criteria is included in the SPD module.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The relevant selection criteria is included in the SPD module.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Throughout the duration of this framework contract, NHSGG&C & NHSGJ personnel will review aspects of the contract, e.g. agreement of fee proposals, monthly invoices, adherence to timescales, quality of work and compliance with KPIs. NHSGG&C & NHSGJ will continually monitor Consultant performance.

Further information on the contract performance conditions and process is described in Document 2 of the attached Invitation to Tender document.

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

Restricted 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: 12

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: 2024/S 000-033191

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

Date

24 January 2025

Local time

12:00pm

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

17 February 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

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


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 payment will be used

six.3) Additional information

Further information is provided within the attached Invitation to Tender Document

Please note this notice is for the SPD stage, there is no requirement to complete the Commercial and Quality sections of the ITT at this stage.

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=784510.

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.

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:

The Community Benefits requirements are detailed in Document 14 of the attached Invitation to Tender document.

(SC Ref:784510)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=784510

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom