Minor Building Works Framework for NHS Scotland
Minor Building Works will be a set of framework agreements across NHS Scotland in 34 geographic and value lots for minor building works. For the purpose of this procurement, Minor Building Works are defined as: Publicly funded projects with a value less than 1 000 000 GBP but greater than 50 000 GBP where a multi-discipline contractor is required to deliver new build or refurbishment projects.
United Kingdom-Larkhall: Works for complete or part construction and civil engineering work
2014/S 203-358449
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
Canderside Toll, 2 Swinhill Avenue
For the attention of: David Taggart
ML9 2QX Larkhall
UNITED KINGDOM
Telephone: +44 1698794410
Internet address(es):
General address of the contracting authority: http://www.nhsscotlandprocurement.scot.nhs.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Central Scotland Fire and Rescue Service
Dumfries and Galloway Fire and Rescue Service
Fife Fire and Rescue Service
Grampian Fire and Rescue Service
Highlands and Islands Fire and Rescue Service
Lothian and Borders Fire and Rescue Service
Strathclyde Fire and Rescue Service
Tayside Fire and Rescue Service
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 Police Service
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) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively known as ‘Participating Authorities’)
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 204
Duration of the framework agreement
Duration in years: 6
Justification for a framework agreement, the duration of which exceeds four years: This Framework can be used for projects up to 1 000 000 GBP in value (this is dependent on Hubco or NHS Framework Scotland 2 value restrictions) across the whole of the NHS Scotland estate and some projects may necessarily span a number of financial years. A duration of 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.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 216 000 000 and 240 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
It is intended that the Participating Authorities shall be entitled to call off the Framework acting either individually or collectively.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=309806
During the life of this framework agreement and any Specific Contracts executed under the framework agreement, Framework Participants and Contractors will be required to support the Authority’s and the Participating Authorities’ sustainability objectives, including any environmental, social and community objectives. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 2558 under PQQs Open to All Suppliers or ITTs Open to All Suppliers as appropriate. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the PQQ/ITT it will move to your My PQQs/My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
45200000, 45100000, 45300000, 45400000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 216 000 000 and 240 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 03Lot title: NHS Borders (low value)
1)Short description
2)Common procurement vocabulary (CPV)
45200000
3)Quantity or scope
5)Additional information about lots
Lot No: 04Lot title: NHS Borders (high value)
1)Short description
2)Common procurement vocabulary (CPV)
45200000
3)Quantity or scope
5)Additional information about lots
Lot No: 06Lot title: NHS Dumfries and Galloway (high Value)
This is a concise version of the tender notice. To view the full tender notice please visit http://ted.europa.eu/udl?uri=TED:NOTICE:358449-2014:TEXT:EN:HTML&src=0
Description of particular conditions: Contract conditions (including the framework agreement and conditions for specific contract awards) will be made available in supporting tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
A PQQ will be issued to all economic operators that respond within the time limit set out at section IV.3.4 detailing the requirements and information to be provided in relation to the economic and financial capacity of economic operators.
Minimum level(s) of standards possibly required: Minimum levels of standards are set out in the PQQ which will be issued to all economic operators that respond within the time limit set out at section IV.3.4 detailing the requirements and information to be provided in relation to the economic and financial capacity of economic operators.
III.2.3)Technical capacity
A PQQ will be issued to all economic operators that respond within the time limit set out at section IV.3.4 detailing the requirements and information to be provided in relation to the economic and financial capacity of economic operators.
Minimum level(s) of standards possibly required:
Minimum levels of standards are set out in the PQQ which will be issued to all economic operators that respond within the time limit set out at section IV.3.4 detailing the requirements and information to be provided in relation to the economic and financial capacity of economic operators.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Included in the PQQ.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: It is intended to renew the framework agreements at the expiry or earlier termination of the 6-year period, subject to conditions of performance being met.
VI.3)Additional information
This project will be undertaken using the restricted EU procurement procedure and will require all interested parties to submit a response to a PQQ.
Contractors who have a Constructionline registration number will be able to note this number in their PQQ response and therefore reduce the amount of information that will need to be submitted. Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are registered for the appropriate Work Category and have a notation value or above notation value in place. You must do this by 3 days prior to the closing date to ensure any changes can be made to your information prior to the closing date of this notice. Please contact Stephanie Lawrie on +44 7825340920 or stephanie.lawrie@capita.co.uk for assistance.
Applications not registered with Constructionline are encouraged to do so as this will simplify the pre-qualification process. To register in relation to this contract notice please contact Scott McVey on +44 7860948166 or scott.mcvey@capita.co.uk You will need to start the registration process as soon as possible and ensure that you achieve a fully registered status by 5 days prior to the closing date.
Contractors who are not registered on the PCS website or who wish to apply to Constructionline to be registered can do so prior to submitting their PQQ response. It is not mandatory for interested parties to be registered with Constructionline and PQQ responses can be submitted by contractors who are not registered with Constructionline.
(SC Ref:322898).
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) 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: described in the invitation to tender.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: