Property Development Management Services for NHS Property Services
NHS property services is seeking to appoint suppliers for their development management services framework covering various sites across England.
United Kingdom-London: Architectural, construction, engineering and inspection services
2018/S 229-524221
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
07888110
99 Gresham Street
London
EC2V7NG
United Kingdom
Contact person: Stefano Jefferson
E-mail: procurementsupport@proximagroup.com
NUTS code: UK
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:
Framework for the Provision of Property Development Management Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
NHS property services is seeking to appoint suppliers for their development management services framework covering various sites across England. This tender is split into 5 geographical Lots. Suppliers may bid for as many or as few of these Lots as they wish. NHS PS will appoint a maximum of 7 suppliers to each Lot. There are no restrictions or limits on the number of Lots which a bidder can be successful in.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — North West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Bidders can bid for multiple Lots. A maximum of 7 suppliers will be successful for each lot in this Framework. NHS PS may elect to have fewer suppliers in any Lot depending on the quality of bids for each region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This framework will have the option to extend for a further period of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — North East and Central
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Bidders can bid for multiple Lots. A maximum of 7 suppliers will be successful for each lot in this Framework. NHS PS may elect to have fewer suppliers in any Lot depending on the quality of bids for each region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This framework will have the option to extend for a further period of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 — West Midlands and East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Bidders can bid for multiple Lots. A maximum of 7 suppliers will be successful for each lot in this Framework. NHS PS may elect to have fewer suppliers in any Lot depending on the quality of bids for each region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This framework will have the option to extend for a further period of 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4 — South West
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Bidders can bid for multiple Lots. A maximum of 7 suppliers will be successful for each lot in this Framework. NHS PS may elect to have fewer suppliers in any Lot depending on the quality of bids for each region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This framework will have the option to extend for a further period of 12 months
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5 — South East
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Bidders can bid for multiple Lots. A maximum of 7 suppliers will be successful for each lot in this Framework. NHS PS may elect to have fewer suppliers in any Lot depending on the quality of bids for each region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This framework will have the option to extend for a further period of 12 months
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
General requirements.
— Working on Customer premises.
All works must be conducted in such a way to minimise disruption to clinical and other activities. The Provider MUST be aware of and MUST maintain patient respect, dignity and privacy. This is especially important where photographs are required as part of a deliverable.
The Provider must comply with:
(a) all national and local regulations; and
(b) the instructions of any authorised member of the Customer’s staff.
It is not envisaged that there will be a requirement for the Providers employees to be subject to checks by the Disclosure and Barring Service (DBS). However, some Customers may require DBS checks for specific contracts. The Provider should be prepared to provide relevant information in support of such checks.
Awareness and compliance with relevant guidance.
The Provider should maintain awareness of, and MUST comply with, all relevant Department of Health legislation, guidance and building code practice.
Service management.
For each contract/project, the Provider MUST appoint a contract/project manager who will be the primary point of contact between the Provider and the Customer and who will have overall responsibility for the delivery of the contract.
The Provider should ensure sufficient staff availability to support the delivery of services and of any agreed projects including plans for cover arrangements for holidays and sickness.
The Provider should agree risk management and contingency plans with the Customer at the outset of the project.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
As per the tender documents.
III.2.2)Contract performance conditions:
As per the tender documents.
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.2.4)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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Whether this will be a recurrent procurement is currently unknown.
VI.2)Information about electronic workflows
VI.3)Additional information:
This procurement exercise is being carried out via the Catalytics e-tendering Portal. The process of registering on the website is free.
In order to express your interest in this contract and obtain access to the tender documentation you are required to register your company within the Catalytics e-tendering portal as follows:
1) You must send an email to procurementsupport@proximagroup.com, using the subject “Framework for Development Managers” who will then provide you with the necessary instruction to access to the tender documentation within the portal.
All tender responses must be submitted via the Catalytics portal, any requests for additional information or clarification questions must also be submitted via the portal.
VI.4.1)Review body
99 Gresham Street
London
EC2V7NG
United Kingdom
VI.5)Date of dispatch of this notice: