Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

NHSL743 NEC4 Supervisor with clerk of works duties for the Monklands Replacement Project

  • Cyhoeddwyd gyntaf: 01 Tachwedd 2024
  • Wedi'i addasu ddiwethaf: 01 Tachwedd 2024
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-037f1a
Cyhoeddwyd gan:
NHS Lanarkshire
ID Awudurdod:
AA22920
Dyddiad cyhoeddi:
01 Tachwedd 2024
Dyddiad Cau:
05 Rhagfyr 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71500000 Gwasanaethau goruchwylio safleoedd adeiladu Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71300000 Gwasanaethau peirianneg Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
71310000 Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu Gwasanaethau peirianneg

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
bronwyn.bainbridge@lanarkshire.scot.nhs.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.