Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

GGC0904 Professional Services - Estates Minor Works

  • First published: 14 April 2025
  • Last modified: 14 April 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-050087
Published by:
NHS Greater Glasgow and Clyde
Authority ID:
AA20840
Publication date:
14 April 2025
Deadline date:
13 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

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

UK

Contact person: Scott McAninch

Telephone: +44 1412015366

E-mail: scott.mcaninch@nhs.scot

NUTS: UKM82

Internet address(es)

Main address: http://www.nhsggc.scot/about-us/procurement/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

I.2) 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:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


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

 

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: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Professional Services Framework - MEP Engineering Consultancy

II.2.2) Additional CPV code(s)

71334000

71314100

71321300

II.2.3) Place of performance

NUTS code:

UKM82

UKM81

UKM83

UKM8

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

Criteria below:

Quality criterion: 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

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

Lot No: 2

II.2.1) Title

Professional Services Framework - Energy Consultancy

II.2.2) Additional CPV code(s)

71314000

71314200

71314300

II.2.3) Place of performance

NUTS code:

UKM8

UKM81

UKM82

UKM83

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

Criteria below:

Quality criterion: 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

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

Lot No: 3

II.2.1) Title

Estates Professional Services - CDM Principle Designer

II.2.2) Additional CPV code(s)

71541000

II.2.3) Place of performance

NUTS code:

UKM8

UKM81

UKM82

UKM83

II.2.4) Description of the procurement

The role of a Principal Designer who is required to fully comply under the Construction (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

Criteria below:

Quality criterion: 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

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

Lot No: 4

II.2.1) Title

Estates Professional Services - Project Management & Cost Adviser

II.2.2) Additional CPV code(s)

71541000

79412000

71242000

II.2.3) Place of performance

NUTS code:

UKM8

UKM81

UKM82

UKM83

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

Criteria below:

Quality criterion: 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

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 6

IV.1.8) Information about 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: 13/05/2025

Local time: 12:00

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

Date: 13/06/2025

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

EN

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 https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=795081.

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.

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:

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: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=795081

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

Internet address(es)

URL: https://www.scotcourts.gov.uk/

VI.5) Date of dispatch of this notice

10/04/2025

Coding

Commodity categories

ID Title Parent category
71530000 Construction consultancy services Construction-related services
71541000 Construction project management services Construction management services
71314100 Electrical services Energy and related services
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
79412000 Financial management consultancy services Business and management consultancy services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71321300 Plumbing consultancy services Engineering design services for mechanical and electrical installations for buildings
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
scott.mcaninch@nhs.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.