Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
UK
Telephone: +44 1698752649
E-mail: bronwyn.bainbridge@lanarkshire.scot.nhs.uk
NUTS: UKM84
Internet address(es)
Main address: http://www.nhslanarkshire.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
NHSL743 NEC4 Supervisor with clerk of works duties for the Monklands Replacement Project
Reference number: NHSL743
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
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) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
9 754 229.48
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71310000
71300000
71500000
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
Wester Moffat site, Airdrie, Lanarkshire
II.2.4) Description of the procurement
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) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
No
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-035377
Section V: Award of contract
Contract No: NHSL743
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/07/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
AtkinsRéalis PPS Limited (formerly Faithful+Gould)
2 Atlantic Square, York Street
Glasgow
G2 8NJ
UK
Telephone: +44 2071212121
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 9 754 229.48
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 35 %
Short description of the part of the contract to be subcontracted:
MEP
Section VI: Complementary information
VI.3) Additional information
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.
(SC Ref:807206)
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Edinburgh
UK
VI.5) Date of dispatch of this notice
14/08/2025