Contract

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

  • NHS Lanarkshire

F03: Contract award notice

Notice identifier: 2025/S 000-048946

Procurement identifier (OCID): ocds-h6vhtk-037f1a (view related notices)

Published 14 August 2025, 5:18pm



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.2) Information about joint procurement

The contract is awarded by a central purchasing body

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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £9,754,229.48

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

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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 000-035377


Section five. Award of contract

Contract No

NHSL743

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 July 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

AtkinsRéalis PPS Limited (formerly Faithful+Gould)

2 Atlantic Square, York Street

Glasgow

G2 8NJ

Telephone

+44 2071212121

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £9,754,229.48

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 35 %

Short description of the part of the contract to be subcontracted

MEP


Section six. Complementary information

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.

(SC Ref:807206)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

Country

United Kingdom