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

NHS DG, Capital Services Framework Contract April 2014-March 2016, Architectural Surveying Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Dumfries and Galloway NHS Board
Crichton Royal Hospital, Glencaple Road
Contact point(s): Estates and Property
For the attention of: Paul McCulloch, Capital Services Manager
DG1 4TG Dumfries
UNITED KINGDOM
Telephone: +44 1387244224
E-mail:
Fax: +44 1387244211

Internet address(es):

General address of the contracting authority: www.nhsdg.scot.nhs.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00065

Further information can be obtained from: Dumfries and Galloway NHS Board
Estates and Property Services, Criffel, Crichton Royal Hospital
Contact point(s): Estates and Property
For the attention of: Nicoll M Milne, Project Manager
DG1 4TG Dumfries
UNITED KINGDOM
Telephone: +44 1387246909
E-mail:
Fax: +44 1387244211
Internet address: www.nhsdg.scot.nhs.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Dumfries and Galloway NHS Board
Estates and Property Services, Criffel, Crichton Royal Hospital
Contact point(s): Estates and Property
For the attention of: Nicoll M Milne, Project Manager
DG1 4TG Dumfries
UNITED KINGDOM
Telephone: +44 1387246909
E-mail:
Fax: +44 1387244211
Internet address: www.nhsdg.scot.nhs.uk

Tenders or requests to participate must be sent to: Dumfries and Galloway NHS Board
Mid North, Crichton Royal Hospital
Contact point(s): Chief Executive Admin
For the attention of: Jennifer Wilson, Corporate Services Manager
DG1 4TG Dumfries
UNITED KINGDOM
Telephone: +44 1387272702
Fax: +44 1387244149
Internet address: www.nhsdg.scot.nhs.uk

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:
NHS DG, Capital Services Framework Contract April 2014-March 2016, Architectural Surveying Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Dumfries and Galloway.

NUTS code UKM32

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: 7

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 2 500 000 GBP
Frequency and value of the contracts to be awarded: Value of individual contracts 50k-300k.
II.1.5)Short description of the contract or purchase(s)
Brief Contract Description
The Minor Capital Investment plan for 2014 - 16 and beyond projects investment in all trades refurbishment, minor new build, electrical and mechanical upgrades, heating systems and external works to NHS Dumfries and Galloway's hospitals, clinics and health centres throughout the region together with a substantial amount of additional administration buildings.
The anticipated annual value of work is approximate value of the works is 2.5m of which 2.0m will directed at alterations and refurbishment and a further 0.5m directed at existing electrical and mechanical installations.
The works within the Capital Services framework contract includes, but is not limited to, the following trades: Building all trades (internal/external), Decoration, Floor Coverings, Plumbing (internal/external), and Electrical & Mechanical Installations/alterations.
NHSDG defines Capital Services as those works that form part of the cycle of programmed, planned or cyclical works without which would pose a threat to the safety, health and security of the occupants and the deterioration of the property and/or its repair obligations.
The role of Architect is varied and may include inputs to projects to be delivered via a variety of procurement routes. It will be a key requirement of this framework to provide Architectural services for construction projects procured under the NEC3 suite of contracts.
NHS Dumfries & Galloway wish to advise that the issue of documents does not commit the Dumfries & Galloway NHS Board or any other NHS Scotland organisation or any Scottish Ministers to:
- Proceed with the appointment of economic operators to this Framework;
- Award any subsequent contract for individual projects pursuant to this Framework.
None of the Authority, NHS Dumfries and Galloway or any NHS Scotland organisation, Scottish Ministers, nor any of their advisors, shall be liable for any expenses incurred by supplier bidders operators in connection with the tender process whether for this Framework or any subsequent contract pursuant to this Framework.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=274959.

II.1.6)Common procurement vocabulary (CPV)

71200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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 Authority is not able to guarantee the volume,type or value of any work call off.
Estimated value excluding VAT: 2 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The initial term of the framework will be 2 years. The framework may be extended for a period of up to 12 months at the end of the initial term at the sole discretion of the Authority.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 7.4.2014. Completion 31.3.2016

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Warranties, bonds and / or parent company guarantees or similar may be required.
Full details will be made available in supporting tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Monthly Interim Payments.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Contracts will be entered into with the supplier bidder only. Whilst a "partnership” or consortium model may, in practice, be adopted by the supplier bidder from a contractual perspective the supplier bidder will be required to assume the role of a "principle Architect” 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.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Contract conditions (including framework agreement and conditions for specific contract awards) will be made available in supporting tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: A Pre-Qualification Questionnaire will be issued to all supplier bidders 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 personal situation of the supplier bidders.
It is a mandatory requirement for selection for participation in this procurement exercise that all supplier bidders and their sub-contractors are certified members of Constructionline.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: A Prospectus and Pre-Qualification Questionnaire will be issued to all supplier bidders 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 financial standing, professional and technical capacity of the supplier bidder in accordance with Regulation 23 to 26 of the Public Contracts (Scotland) Regulations 2012.
Minimum level(s) of standards possibly required: Minimum standards will be detailed in the PQQ to be issued by the Authority.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
A Prospectus and Pre-Qualification Questionnaire will be issued to all supplier bidders 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 financial standing, professional and technical capacity of the supplier bidder in accordance with Regulation 23 to 26 of the Public Contracts (Scotland) Regulations 2012.
Minimum level(s) of standards possibly required:
It is a mandatory requirement for selection for participation in this procurement exercise that all supplier bidders and their sub-contractors are certified members of Constructionline.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 5: and maximum number 7
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.11.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
5.12.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
9.1.2014
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 of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please refer to the Pre-Qualification Questionnaire and the Prospectus issued persuant thereto for further details. This framework is a procurement method for public funded schemes for health and social care projects.
Access to Pre-Qualification questionnaire: Supplier bidders wishing to be considered for this contract can register their interest through the Public Contracts Scotland website.
Supplier bidders will be able to access the Pre-Qualification Questionnaire by registering interest, receiving and submit Pre-Qualification Questionnaire submissions via the contracting authority in line with the details contained in the Prospectus/Pre-Qualification Questionnaire documentation.
The Authority reserves the right, if and when this requirement is offered to tender, to conduct the selection or award stages by various means such as electronic submissions via the internet, by interview/ presentation and formal documentation review.
(SC Ref:274959).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will notify supplier bidders 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 contract, which notification will contain a summary of the PQQ scoring table. The notification will incorporate a 'standstill period' of a minimum of 10 clear calendar days (or 15 if the notice is not sent electronically) between the date on which the Authority despatches the notice and the date on which the Authority proposes to make an award pursuant to this procurement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract 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 contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer. The bringing of court proceedings against the Authority after the contract has been entered into will not affect the contract unless grounds for the imposition of special penalties under The Public Contracts (Scotland) Regulations 2012 can be established. Otherwise the remedies that may be awarded by the courts where the contract has been entered into are limited to the award of damages. Supplier bidders are entitled to write to the Authority after receipt of the notification should they require further clarification. The Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Authority of such request during the standstill period may not prevent the Authority from awarding the contract following the expiry of the standstill period. Where a supplier bidder is dissatisfied with the Authority's response to its request for clarification, or considers that the contract has been concluded in breach of The Public Contracts (Scotland) Regulations 2012, such supplier bidder is advised to promptly seek independent legal advice.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.10.2013