Minor Building Works Framework – NHS Scotland
54 Lots. Minor building works are defined as capital funded projects with a value less than 4 500 000 GBP but greater than 50 000 GBP where a multi-discipline contractor is required to deliver new build or refurbishment projects.
United Kingdom-Edinburgh: Works for complete or part construction and civil engineering work
2020/S 029-068802
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Gyle Square (NSS Head Office), 1 South Gyle Crescent
Town: Edinburgh
NUTS code: UKM
Postal code: EH12 9EB
Country: United Kingdom
Contact person: Andrew Crawford
E-mail: andrew.crawford1@nhs.net
Telephone: +44 1698794410
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Scottish Minor Building Works Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Minor building works are defined as capital funded projects with a value less than 4 500 000 GBP but greater than 50 000 GBP where a multi-discipline contractor is required to deliver new build or refurbishment projects including without limitation the construction of new health and social care centres along with other facilities, extension to existing buildings, the refurbishment/upgrading of existing premises and term contracts for specific programme of work.
Suppliers may apply for multiple lots. However, they may only apply for 2 lots per geographical area in respect to low value projects, medium value projects and high value projects. (i.e. for NHS Ayrshire and Arran they may apply for Lot 1 and Lot 2 or Lot 1 and Lot 54 or Lot 2 and Lot 54 only). This does not preclude suppliers from applying for multiple geographical areas.
Landscaping lots — there is no limitation to the number of lots that a potential participant can apply for.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
NHS Ayrshire and Arran Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of Works Packages with an Estimated Value Greater than 500 000 GBP up to an estimated value of 1 500 000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
‘4C.1: Previous experience 65 %;
4C.7: Environmental Mnagement 10 %;
4C.9: Equipment 15 %;
4C.10: Subcontracting 10%’.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating authorities will use this lot for works that are located within these geographical boundaries.
Where works are required across geographic boundaries participating authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Ayrshire and Arran Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Borders Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Borders Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Borders Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Dumfries & Galloway Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Dumfries & Galloway Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Dumfries & Galloway Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Fife Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Fife Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Fife Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Forth Valley Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Forth Valley Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Forth Valley Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Grampian Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Grampian Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Grampian Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Greater Glasgow & Clyde Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Greater Glasgow & Clyde Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Greater Glasgow & Clyde Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Highland Central Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Highland Central Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Highland Central Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Lanarkshire Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Lanarkshire Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Lanarkshire Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Lothian Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Lothian Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Lothian Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Orkney Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Orkney Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Orkney Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Shetland Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Shetland Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Shetland Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Tayside Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Tayside Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Tayside Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Western Isles Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Western Isles Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Western Isles Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Highland North Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Highland North Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Highland North Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Highland South Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
NHS Highland South Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Highland South Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
Multi Region Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
II.2.1)Title:
Multi Region Medium Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 500,000 GBP up to an estimated value of 1,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
Multi Region Landscaping
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Hard and Soft landscaping for Greenspace projects across the NHS Estate
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
High Value Projects North Region
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 1,500,000 GBP up to an estimated value of 4,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Multi-disciplinary projects within the value range above for works within the geographical boundaries listed;
NHS Highland Central
NHS Orkney
NHS Shetland
NHS Tayside
NHS Western Isles
NHS Highland North
NHS Highland South
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
High Value Projects East Region
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 1,500,000 GBP up to an estimated value of 4,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Multi-disciplinary projects within the value range above for works within the geographical boundaries listed;
NHS Borders
NHS Fife
NHS Lothian
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
High Value Projects West Region
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 1,500,000 GBP up to an estimated value of 4,500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Multi-disciplinary projects within the value range above for works within the geographical boundaries listed;
NHS Ayrshire & Arran
NHS Dumfries & Galloway
NHS Forth Valley
NHS Greater Glasgow & Clyde
NHS Lanarkshire
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 5.
II.2.1)Title:
NHS Ayrshire and Arran Low Value Lot
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Delivery of works packages with an estimated value greater than 50,000 GBP up to an estimated value of 500,000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
24 months extension option by any number of periods.
II.2.9)Information about the limits on the number of candidates to be invited
“4C.1-Previous Experience 65 %
4C.7-Environmental Mnagement 10 %
4C.9-Equipment 15 %
4C.10-Subcontracting 10%”
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Participating Authorities will use this Lot for Works that are located within these geographical boundaries.
Where works are required across geographic boundaries Participating Authorities may use Lot 49 or 50.
It is envisaged that the estimated maximum number of contractors who may be appointed to this lot will be 7.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
III.1.2)Economic and financial standing
Please refer to these statements when completing section 4B of the ESPD (Scotland)
ESPD (Scotland) questions included in this procurement are as follows:
4B.1.2
4B.3
4B.4
4B.4.1
4B.5.1
4B.5.2
4B.5.3
The corresponding minimum standards are as follows:
4B.1.2
Bidders will be required to have a minimum ‘average’ yearly turnover for the last 3 years for the lot/s they are bidding for:
— small value projects 1 000 000 GBP,
— medium value projects 3 000 000 GBP,
— high value projects 9 000 000 GBP,
— landscape projects 1 000 000 GBP.
4B.3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading;
4B.4: Selection criteria as stated in the procurement documents;
4B.5.1: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
— public liability insurance = 5 000 000 GBP,
— professional indemnity insurance = 2 000 000 GBP.
III.1.3)Technical and professional ability
Please refer to these requirements when completing section 4B of the ESPD (Scotland)
ESPD (Scotland) questions included in this procurement are as follows:
4C.1: Previous Experience 65 %;
4C.7: Environmental Mnagement 10 %;
4C.9: Equipment 15 %;
4C.10: Subcontracting 10 %.
4C.1: Bidders will be required to provide examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU contract notice or the relevant section of the site notice;
4C.7: Bidders will be required to demonstrate how they they manage environment issues on site;
4C.9: Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU contract notice or the relevant section of the site notice;
4C.10: Bidders will be required to demonstrate their management of subcontractors.
III.2.2)Contract performance conditions:
The contract will include performance conditions relating to fair working practices and community benefits.
Successful suppliers will be required to deliver community benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The community benefits included in this contract are:
To be in the ITT. Community benefits may be assessed as part of the evaluation process for appointment to the framework agreement and, separately, for each specific contract executed under the framework agreement. Successful economic operators will be required to work with the authority and participating authorities to agree community benefits for both the framework agreement and the specific contracts and to monitor and measure the benefits.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
An overall duration of between 4 and 6 years gives the Authority and the Framework Participants time to work together and achieve efficiencies across NHS Scotland and it provides a good background for enhanced community benefits, sustainability drive and supported businesses.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Between Autumn 2023 and Autumn 2025.
VI.2)Information about electronic workflows
VI.3)Additional information:
This Framework agreement will apply:
The Scottish Government Core Directorates
East Ayrshire Council
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Scottish Hospices
The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of (NP827_19 Scottish Minor Building Works) (‘Products’) on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’), where applicable.
In addition to those Authorities listed above the framework agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish health boards or special health boards, Scottish Futures Trust, Equality and Human Rights Commission, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the framework agreement will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations.
Information about agencies of the Scottish Ministers, Scottish Non-Departmental Public Bodies and offices in the Scottish Administration which are not ministerial offices are listed at
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
Suppliers may apply for multiple lots. However, they may only apply for 2 lots per geographical area in respect to Low Value Projects, Medium Value Projects and High Value Projects.
Those who express an interest in this will be invited to complete an ESPD document on PCS-T.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 15392. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
See III2.3
(SC Ref:613697)
VI.4.1)Review body
Postal address: Parliament House
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom
Telephone: +44 1312252595Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/court-of-session
VI.4.3)Review procedure
The authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information, a summary of the reasons why the economic operators was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the authority dispatches the notice(s) and the date on which the authority proposes to conclude the relevant framework agreement. The bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into the framework agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the framework agreement has been entered into are limited to the award of damages.
VI.5)Date of dispatch of this notice: