Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
UK
Ffôn: +44 1698752649
E-bost: bronwyn.bainbridge@lanarkshire.scot.nhs.uk
NUTS: UKM84
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.nhslanarkshire.org.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
www.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
NHSL743 NEC4 Supervisor with clerk of works duties for the Monklands Replacement Project
Cyfeirnod: NHSL743
II.1.2) Prif god CPV
71000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
NHS Lanarkshire requires NEC4 Supervisor services and clerk of works duties services for the Monklands Replacement Project (MRP). The full extent of the services is subject to the execution of the Works Contracts for MRP and could include: enabling works, road works, input to scope (Works Scope) in the run up to Final Business Case (FBC); and after FBC approval, if received. Work is expected to start in 2025, with hospital completion in 2030/2031, with a defects liability period of 2 years.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71310000
71300000
71500000
II.2.3) Man cyflawni
Cod NUTS:
UKM84
Prif safle neu fan cyflawni:
Wester Moffat site, Airdrie, Lanarkshire
II.2.4) Disgrifiad o’r caffaeliad
NHS Lanarkshire requires an NEC4 Supervisor with clerk of works duties for the Monklands Replacement Project (MRP). The main contract is a design and build NEC4 ECC contract and there is the potential for up to two other NEC4 ECC contracts all forming part of the same project. Initially, the service is needed for the Enabling Works, and services for the Main Works contract will be required once FBC is approved. There might also be a roadworks contract during the period of the main works contract. Enabling Works are expected to start April 2025. On FBC, the Main Works Contract will commence. There is expected to be a programme overlap of the Enabling Works and the Main Works. Although work on the site will commence in 2025, the NEC4 Supervisor with clerk of works duties is expected to join the team once appointed, and contribute to the Works Scope and the test/inspection regime in particular. The Consultant, from appointment, is expected to input on drawings and the Works Scope under the contract and to engage relevant to NEC4 Supervisor’s duties at an early stage. The NEC4 Supervisor is expected to continue with its service until the Main Works defects date, which will be 2 years after the completion of the new hospital in 2030/2031. The Consultant is expected to be experienced in healthcare projects and will be an integral part of the project team.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 100
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 3
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
included in the procurement documents.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Consultants are expected to meet the requirements stated in the procurement documents.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
As more fully stated in the Procurement Documents:
Tenderers are required to enclose copies of statutory accounts and annual reports for the last two years (or such other period for which audited accounts and annual reports are available where the organisation has been trading for less than two years), to include:
a) Balance Sheet and Profit and Loss Account;
b) Full Notes to the Accounts;
c) Director’s Report; and
d) Auditor’s Report.
Where an organisation files abbreviated statutory accounts to UK Companies House, such that certain information outlined in the table in section 4B.4 below is not publicly available, please enclose copies of management accounts.
Where an organisation is not subject to an external independent audit, financial information provided must be signed by a person of appropriate financial authority of the organisation, attesting that it is a true and fair representation of the organisation’s financial performance.
This information will be used to verify the contents of the ratios and extracted information.
Tenderers are required to provide the following information and ratios:
A Turnover
B Operating profit before exceptional items
Operating Profit Percentage (B/A)
C Current Assets
D Current Liabilities
Current Ratio (C/D)
Lefel(au) gofynnol y safonau sydd eu hangen:
The tenderer must pass a minimum financial threshold test. The basis for determining all tenderer(s’) financial standing in relation to the threshold is set out in the procurement documents. In order to meet the minimum financial standing threshold, the bidder must achieve a score for the criteria above of 4.5 or more. The maximum available score is 9.
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Included in the procurement documents.
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gystadleuol gyda negodi
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
IV.1.5) Gwybodaeth am negodi
Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2022/S 000-031204
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
05/12/2024
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
21/01/2025
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
29/08/2025
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
Professional indemnity insurance: not less than ten million pounds (GBP10,000,000) in the annual aggregate with a minimum of two automatic reinstatements of the limit;
Employer’s Liability insurance: the Consultant requires to maintain Employer's Liability insurance;
Public Liability insurance: not less than ten million pounds (GBP10,000,000) in respect of any one occurrence, the number of occurrences being unlimited.
The tenderer is required to provide a separate SPD response (Sections A and B of Part II and Part III) for each subcontractor who will Provide the Service.
The tenderer is required to provide quality management and environmental management information as required by Schedule 3B.
The estimated value of the contract is a result of the envisaged length of the contract. It is possible the value of the contract may vary in accordance with the contract to reflect changes to or increase in the MRP timescales, as the project may vary.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=776811.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
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.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
All main Subcontractors are to be included as part of the proposal. Given the nature of the services, continuity of provision of the services over the duration is key and use of subcontractors post award of contract is not anticipated or considered suitable for delivery.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are described in the procurement documents.
(SC Ref:776811)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Court of Session
Edinburgh
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
31/10/2024