ɫèֱ²¥

ɫèֱ²¥ Tenders

25 April 2025

Related Information

ɫèֱ²¥ Contract Leads

No location provided

Category Services

Type

No. of Lots 4

Status Active

Published 10th Apr 2025

Tender Details
Referenceocds-h6vhtk-050087
Common Procurement Vocabularyɫèֱ²¥ consultancy services
Procurement MethodRestricted procedure
Value£2,000,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 4

Status Active

Published 10th Apr 2025

Tender Details
Referenceocds-h6vhtk-050087
Common Procurement Vocabularyɫèֱ²¥ consultancy services
Procurement MethodRestricted procedure
Value£2,000,000

Section I: Contracting authority

I.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Contact

Scott McAninch

Email

scott.mcaninch [at] nhs.scot

Telephone

+44 1412015366

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

GGC0904 Professional Services - Estates Minor Works

Reference number

GGC0904

II.1.2) Main CPV code

  • 71530000 - ɫèֱ²¥ consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Greater Glasgow and Clyde Health Board and Golden Jubilee Hospital (hereafter referred to as ‘The Board’) Estates team regularly appoint a variety of external consultants to undertake scoping, design, tender and construction management activities.

The volume of tender exercises currently being undertaken has identified the need for a framework to be established that provides a better value process for procuring Professional Consultancy Services.

The Framework Contract will be for a period of up to forty eight (48) months from its commencement date.

Overall, the creation of a framework is for the following Lots which will ensure that the procurement process aligns with the public nature and fair procurement values of NHS Scotland.

-Lot 1: MEP Engineering Consultancy

-Lot 2: Energy Consultancy

-Lot 3: CDM Principle Designer

-Lot 4: Project Management & Cost Advisers

Promotion of transparency, quality, efficiency, compliance, and long-term collaboration, contributing to the delivery of safe, efficient, and

cost-effective healthcare facilities.

II.1.5) Estimated total value

Value excluding VAT: £2,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Professional Services Framework - Energy Consultancy

Lot No

2

II.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

II.2.4) Description of the procurement

The Energy Consultant shall provide services under the Framework Agreement for commercial projects, adhering to the Contract Documents. The Consultant is expected to deliver high-quality services that offer value for money and to strive for excellence in all aspects of the Consultancy Service. This includes providing services throughout the various RIBA Stages.

II.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

1 x 12 + 1 x 12 Months

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Estates Professional Services - CDM Principle Designer

Lot No

3

II.2.2) Additional CPV code(s)

  • 71541000 - ɫèֱ²¥ project management services

II.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

II.2.4) Description of the procurement

The role of a Principal Designer who is required to fully comply under the ɫèֱ²¥ (Design and Management) Regulations 2015 (CDM 2015) and who are crucial in ensuring health and safety throughout the design and planning stages of a construction project.

II.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

1 x 12 + 1 x 12 Months

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Estates Professional Services - Project Management & Cost Adviser

Lot No

4

II.2.2) Additional CPV code(s)

  • 71541000 - ɫèֱ²¥ project management services
  • 79412000 - Financial management consultancy services
  • 71242000 - Project and design preparation, estimation of costs

II.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

II.2.4) Description of the procurement

The Project Manager and Cost Adviser is a key professional role responsible for overseeing the planning, execution, and financial management of construction and infrastructure projects. This role ensures projects are delivered on time, within budget, and to the required quality standards. The professional combines project management expertise with cost control and financial planning to provide comprehensive oversight and guidance throughout the project lifecycle.

II.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

1 x 12 + 1 x 12 Months

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Professional Services Framework - MEP Engineering Consultancy

Lot No

1

II.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services
  • 71314100 - Electrical services
  • 71321300 - Plumbing consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM8 - West Central Scotland

II.2.4) Description of the procurement

The appointed MEP Engineering Consultants will provide comprehensive services spanning all RIBA stages, focusing on the design, planning, and management of mechanical, electrical, and plumbing systems. The consultant will collaborate with clients, principal

designers, and other consultants to develop engineering solutions that meet the project’s technical, environmental, and functional

requirements.

II.2.5) Award criteria

Quality criterion - Name: Quality/Technical / Weighting: 60

Price - Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

1 x 12 + 1 x 12 Months

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 6

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 6

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

13 May 2025

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 June 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at .

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at .

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential framework participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.

(SC Ref:795081)

Download the ESPD document here:

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address