NHS Scotland Lead Advisor Framework
To include range of advisory, design discipline, inspection and supervision services and building surveying inputs to health and social care programmes of work and projects.
United Kingdom-Edinburgh: Architectural, construction, engineering and inspection services
2017/S 137-281161
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Gyle Square, 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Contact person: Steven Sanzone
Telephone: +44 1412071820
E-mail: nss.hfsframeworkscotland@nhs.net
NUTS code: UKMInternet address(es):Main address: http://www.hfs.scot.nhs.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10442
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NHS Scotland Lead Advisor Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This Framework will provide Lead Advisor services to Framework Customers (as further described in the Statement of Requirement) on a call-off basis. The role of the Lead Advisor is varied and may include a range of advisory, design discipline, inspection and supervision services and building surveying inputs to health and social care programmes of work and projects to be delivered via a variety of procurement routes. It will be a key requirement of this Framework to provide an integrated Advisor service for construction projects procured under the NEC3 suite of contracts,ensuring that the Framework Customers are supported with suitably qualified and experienced NEC3 Project Managers, NEC Supervisors and Cost Advisers.
The authority is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate of the total potential value over the term of the framework is noted below.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
As per the procurement documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
ESPD Technical Envelope Section on Technical and Professional Ability — Questions 4C.1.2, 4C.8.1 and 4C 8.2 must be answered. The scoring and evaluation mechanism is further described in the Scoring Questions Evaluation Guidance document which is attached to the ESPD. It is the intention that those bidders who achieve the eight (8) highest scores will be invited to submit a tender unless 2 or more bidders score the same as the eighth (8th) highest score in which case all bidders with that score will be invited to tender.
A minimum score of 70 out of 100 marks must be achieved for each of the Primary Disciplines across the 2 combined scored questions (i.e. 4C.1.2 and 4C.8.1) before the Consultant Organisation will be considered for shortlisting to the Tender stage.
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. This procurement is not suitable to be divided into lots as that is not considered to be cost effective or time efficient for the type and range of work anticipated.
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
As part of the Manpower assessment, bidders must confirm if they hold memberships / accreditation of professional bodies. Minimum requirements for:
Project Manager — General and including NEC3 Contract Duties
Manpower assessment based on numbers of:
Cat A — NEC3 Project Manager Accreditation and minimum of 3 years’ relevant NEC3 project experience along with a minimum of 10 years relevant non NEC3 experience and with a CIOB or APM Project Professional or MRICS qualification through the Project Management pathway.
Cat B — CIOB or APM Project Professional Qualification and minimum of 5 years’ relevant experience or MRICS qualification through the Project Management pathway and minimum of 5 years’ relevant experience.
Cost Advisor — including Joint Cost Advisor
Manpower assessment based on numbers of:
Cat A — FRICS or MRICS qualification through the Quantity Surveying pathway and minimum 10 years’ post-qualification experience
Cat B — FRICS or MRICS qualification through the Quantity Surveying pathway and minimum of 5 years’ post-graduation experience
Supervisor — General Supervisor and Inspection and NEC3 Contract
Manpower assessment based on numbers of:
Cat A — Relevant professional qualification such as MRICS construction sector pathways or ARB (RIBA / RIAS) and minimum of 10 years’ previous experience in the provision of similar services to those defined above together with NEC3 Supervisor Accreditation.
Cat B — Vocational qualifications and minimum of 10 years’ previous experience in the provision of similar services to those defined above.
Building Surveyor
Manpower assessment based on numbers of:
Cat A — FRICS or MRICS through the Building Surveying pathway and minimum 10 years’ post-qualification experience.
Cat B — FRICS or MRICS through the Building Surveying pathway and minimum 5 years’ post-qualification experience.
Design Lead — Architect including masterplanner
Manpower assessment based on numbers of:
Cat A — ARB (RIBA/RIAS) and minimum 10 years’ post-qualification experience
Cat B — ARB (RIBA/RIAS) and minimum of 5 years’ post-graduation experience
Mechanical and Electrical Design+E
Manpower assessment based on numbers of:
Cat A — Chartered Engineer and minimum 10 years’ post-qualification experience
Cat B — Incorporated Engineer and minimum 10 years’ post-qualification experience
Civil and Structural Engineer / Designer:
Manpower assessment based on numbers of:
Cat A — Chartered Engineer (Institute of Civil Engineers / Institute of structural engineers) and minimum 10 years’ post-qualification experience
Cat B — Incorporated Engineer (Institute of Civil Engineers / Institute of structural engineers) and minimum 10 years’ post-qualification experience
Equivalence to these qualifications is acceptable provided that the relevant qualification criteria are evidenced.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
This section refers to Section B of Part IV of the ESPD (Scotland) (‘ESPD Scotland’) and covers questions 4B.2 — 4B.6.1 of the ESPD (Scotland) and responses will be assessed on a pass/fail basis:
4B1.2 Bidders will be required to have an average yearly turnover of a minimum of 800 000 GBP for the last 3 years based on submitted accounts for this period.
4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date on which they were set up or started trading.
4B.4 Bidders will be required to state the value(s) for the financial ratio(s) from their last three years accounts and will be evaluated as set down in the lead Advisor Framework Economic/Financial Standing Evaluation guidance attached to this ESPD Question.
4B.6 — Qualitative Moderation — As a requirement for the financial economic and financial standing evaluation, each potential supplier must complete Question 4B.6 of the ESPD setting out the information as indicated in the instructional attachment to this question.
If the combined weighted score for the ratios in 4B.4 achieved is below 3, the score may be subject to qualitative moderation based on the information provided by the potential supplier in response to 4B.6 and NSS’s review of verified information relating to the potential supplier which is publicly available over the year up to the date of the ESPD submission. Such moderation may, subject to the following, result in the scores awarded being amended upwards.
If following the above moderation exercise it is considered appropriate by NSS that a potential supplier should be invited to proceed to the Tender stage of this procurement exercise because in light of the further information considered by NSS, that potential supplier is considered, overall, to have evidenced adequate financial standing, then NSS may make that selection conditional upon the potential supplier providing appropriate performance and financial guarantees from relevant parent company(-ies).
NSS therefore reserves the right to require the provision to it of appropriate parent company financial data, and to assess risk as part of the qualitative moderation exercise on the basis of that parent company financial data (which will be assessed on the basis of the tests set out in section 3 above) is acceptable, and that a Parent Company Guarantee, in the form stipulated by NSS, would be entered into by an approved parent company or other guarantor acceptable to NSS.
Potential suppliers must confirm that appropriate parent company information will be made available if sought, and that a Parent Company Guarantee in the form stipulated by NSS will be entered into as a condition of participation in the framework.
Credit Scoring — NSS will credit check all potential suppliers and will use Creditsafe for these checks.
Creditsafe ratings are as follows:
— 71-100 Very Low Risk
— 51-70 Low Risk
— 30-50 Moderate Risk
— 21-29 High Risk
— 1-20 Very High Risk
Potential Suppliers with scores within the Very High Risk and High Risk categories as defined above will not be permitted to proceed to Tender Stage unless information provided through the response to ESPD Question 4B.6 is further assessed through the prescribed moderation process and NSS make a decision to invite the potential supplier to proceed to Tender stage.
Please download and read the scoring guidance document for further information.
It is a requirement of this Framework that bidders hold, or can commit to obtaining prior to award of the Framework the forms and levels of insurance indicated below:
4B.5.1 Employer’s Liability Insurance of not less than the sum of 10 000 000 GBP in respect of any one incident;
4B.5.2 Public Liability Insurance of not less than the sum of 5 000 000 GBP in respect of any one incident;
Professional Indemnity Insurance of not less than the sum of 5 000 000 GBP in respect of any one incident for projects.
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Conditions relating to Contract Performance are included within the Statement of Requirement.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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
VI.3)Additional information:
Please refer to the Statement of Requirement for further details together with the ESPD (Scotland) Questionnaire. This Framework is a procurement method for publicly funded Health and Social Care Projects. Under this procurement all economic operators will be required to support the Authority’s economic and social regeneration activities. The Lead Advisor Framework is intended to provide accessible independent consultancy support to the Framework Customers on a call-off basis.
The Estimated Contract Notice Value is an approximate amount for the framework and is not a guaranteed value which will be achieved through this framework.
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded:
Contracts will be entered into with the economic operator only. Whilst a ‘partnership’ or consortium model may, in practice, be adopted by the economic operator from a contractual perspective the economic operator will be required to assume the role of a ‘prime contractor’ in respect of any subcontractors and will be required to assume liability and responsibility for the acts and omissions of any subcontractors utilised by them to deliver services under the framework.
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:
As indicated in the Statement of Requirement
(SC Ref:504749).
VI.4.1)Review body
Gyle Square, 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Telephone: +44 1312756778
E-mail: nss.hfsframeworkscotland@nhs.net
Fax: +44 1313140727Internet address:http://www.frameworks-scotland2.scot.nhs.uk/
VI.5)Date of dispatch of this notice:
Related Posts
Procurement of 2 Stage Design and Build Contractor
BBC Professional Services Framework
Coventry University Principal Designer Services Framework
Middlesex University Building Consultants Framework
Design and Construction Contract – Newquay Aerohub Plot 2