By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Building Services Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Lancashire Care NHS Foundation Trust & Red Rose Corporate Services
Estates and Facilities Department, Guid Park, Whittingham Lane
Contact point(s): Ian Griffiths
PR3 2AZ Preston
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.lancashirecare.nhs.uk

Further information can be obtained from: Capita Symonds
16th Floor, West Riding House, 67 Albion St
Contact point(s): Chris Sellars
LS1 5AA Leeds
UNITED KINGDOM
Telephone: +44 7795956494
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Capita Symonds
16th Floor, West Riding House, 67 Albion St
Contact point(s): Chris Sellars
LS1 5AA Leeds
UNITED KINGDOM
Telephone: +44 7795956494
E-mail:

Tenders or requests to participate must be sent to: Capita Symonds
16th Floor, West Riding House, 67 Albion St
Contact point(s): Chris Sellars
LS1 5AA Leeds
UNITED KINGDOM
Telephone: +44 7795956494
E-mail:

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Building Services Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: North West of England.

NUTS code UKD4

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 9

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The Client is seeking to introduce a Framework Agreement for the provision of consultancy services in the following disciplines to facilitate delivery of its construction and refurbishment projects in line with the rolling annual capital programme:
1. Architectural Design Services
2. Mechanical & Electrical Design Services.
3. Project Management Services
4. Quantity Surveying/Cost Management Services
5. Structural Engineering Design Services
6. Building Services
7. Planning Services
8. Clerk of Works Services
9. NEC Contract Supervisor Services
10. CDM Services
The appointed service providers will ideally be able to provide, to the Trust, the full range of services outlined above on a ‘one stop shop’ basis. However organisations may submit bids for individual lots.
II.1.6)Common procurement vocabulary (CPV)

71000000, 71200000, 71300000, 71400000, 71500000, 71600000, 71700000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs, further details below:
- capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
- capital projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period).
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Architectural Design Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71200000, 71400000, 71210000, 71220000, 71230000, 71420000, 71250000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including:
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capital projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Mechanical & Electrical Design Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71300000, 71600000, 71700000, 71800000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10m (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year)
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period)
(c) both of the above
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Project Management Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71200000, 71500000, 71240000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Quantity Surveying/Cost Management Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71200000, 71240000, 71242000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Structural Engineering Design Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71300000, 71500000, 71600000, 71700000, 71240000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Building Surveying Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71200000, 71600000, 71250000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Planning Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71400000, 71410000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Clerk of Works Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71500000, 71600000, 71700000, 71520000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: NEC Contract Supervisor Services
1)Short description
2)Common procurement vocabulary (CPV)

71250000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: CDM Services
1)Short description
2)Common procurement vocabulary (CPV)

71000000, 71240000, 71250000

3)Quantity or scope
The framework agreement is anticipated to cover professional services on a wide range of projects with varying levels of construction costs including;
(a) capital projects with a value of less than 10 000 000 GBP (majority of projects will be less than 500 000 GBP, potential for circa 20+ schemes per year),
(b) capita projects with a value of more than 10 000 000 GBP (0-3 projects of this type over the framework agreement period),
(c) both of the above.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent company guarantee, if applicable, may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The tender will be priced in sterling and all payments will be made in sterling.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 4: and maximum number 15
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
LCFT - BSFw
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
2.8.2012 - 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

In order to obtain a copy of the PQQ, please email .

Lancashire Care NHS Foundation Trust are not to be contacted directly; If further informaton is required please email .

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.6.2012