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