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
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