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

Construction Consultancy Services 3

  • First published: 02 November 2021
  • Last modified: 02 November 2021

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)

Contents

Summary

OCID:
Published by:
NHS Shared Business Services Ltd (NHS SBS)
Authority ID:
AA0106
Publication date:
02 November 2021
Deadline date:
13 December 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Lot provides architectural design, technical consultancy and engineering for construction projects across all RIBA work plan stages. Users may appoint a multidisciplinary project team via this Lot, providing the Architect acts as lead.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services Ltd (NHS SBS)

05280446

Halyard Court, 31 Broadway, The Quays

Salford

M50 2UW

UK

Contact person: Brindsley Foster

Telephone: +44 7821810646

E-mail: brindsley.foster@nhs.net

NUTS: UK

Internet address(es)

Main address: www.sbs.nhs.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39707&B=NHSSBS


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39707&B=NHSSBS


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Joint venture between the Department of Health and Sopra Steria

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Construction Consultancy Services 3

Reference number: SBS10190

II.1.2) Main CPV code

71530000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The aim of this project is to create a Framework Agreement for the provision of Construction Consultancy Services, which covers architectural service, Modern Methods of Construction, project management, civil and structural engineering, quantity surveyor, MEP services, Health Care Planning, Digital Construction, principle designer, building surveyors, health and safety, environmental (incl. BREEAM and SKA), Energy, Sustainability & Net Zero Carbon, Fire Engineering, Ancillary services (incl. six facet survey) and Multi Disciplinary Services.

II.1.5) Estimated total value

Value excluding VAT: 1 600 000 000.00  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

Architectural Services

II.2.2) Additional CPV code(s)

71221000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Salford

II.2.4) Description of the procurement

This Lot provides architectural design, technical consultancy and engineering for construction projects across all RIBA work plan stages. Users may appoint a multidisciplinary project team via this Lot, providing the Architect acts as lead.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) 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

Project Management

II.2.2) Additional CPV code(s)

72224000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides project and programme manager expertise including review of capital plan, creation of project brief and project management plan. Services include managing the delivery of contracts for works, services and goods in conjunction with the agreed Project Management Plan and/or Programme Management Plan.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) 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

Civil & Structural Engineering

II.2.2) Additional CPV code(s)

71322000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides detailed design, specification, technical consultancy and engineering regarding structural options based upon initial brief, including outline design schematics, staging and programme advice, buildability and maintenance issues.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) 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

Quantity Surveyor

II.2.2) Additional CPV code(s)

71324000

71000000

71315300

71322100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides on-going cost and contract advice for construction projects, including preparation of cost estimates to support Capital Planning and Business Planning activities, cost advice to support value engineering studies, risk management advice, preparation and maintenance of cost plans, provision of contractual advice in relation procurement strategy and tender documents.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Mechanical, Electrical and Public Health (MEP) Services

II.2.2) Additional CPV code(s)

71530000

71334000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides detailed design schematic drawings, specification and detailing of mechanical, electrical and public health services including thermal and/or performance modelling (for example CFD modelling or Energy usage simulations) of the proposed works.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Principal Designer Services

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides advice and support in respect of the Construction (Design and Management) Regulations 2015 (CDM 2015), which came into force on 6 April 2015, replacing the CDM 2007.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Multidisciplinary Services

II.2.2) Additional CPV code(s)

71530000

71000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot provides access to Multidisciplinary teams and will encompass the requirements of the follow disciplines, the Approved Organisation will dependant on their needs be able to add and remove from this list

• Project Manager

• Quantity Surveyor

• Architect

• Civil and Structure Engineers

• Mechanical, Electrical and Public Health

• Principal Designer

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Building Surveyors

II.2.2) Additional CPV code(s)

71315300

71251000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides building surveyor services in accordance with RICS professional standards and competencies including undertaking general building condition surveys and preparing reports, undertaking structural surveys and preparing specifications, providing Whole Life Cost considerations, advice on the conservation of historic buildings, assistance with planning applications and advising on property legislation and building regulations and assistance with design and regulations on access to the needs of people with disabilities.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Healthcare Planning

II.2.2) Additional CPV code(s)

71221000

71240000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Health Care Planning aims to provide our clients with all elements of Health Care Planning and strategy including developing model of care, demand & Capacity modelling, business case development, population health needs assessment, and strategic estates planning.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 10

II.2.1) Title

Modern Methods Of Construction

II.2.2) Additional CPV code(s)

71210000

71530000

79415200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Modern Methods Of Construction (MMC) lot aims to offer our clients an alternative to traditional builds. As this area gathers momentum it will carry more importance going forward. This lot will provide our clients with the consultancy needed to build more efficient, less time consuming builds, offering more sustainable and environmentally friendly methods of completing projects.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 11

II.2.1) Title

Digitalising Construction

II.2.2) Additional CPV code(s)

71530000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Aims to offer the client collaborative digital tools including BIM that provide smarter, faster, better and safer solutions to their biggest challenges, this will translate into optimising delivery, increasing productivity and creating efficiencies throughout the design, construction, operation and renewal of our built environment.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 12

II.2.1) Title

Health and Safety

II.2.2) Additional CPV code(s)

71317210

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides consultants to manage and comply with UK health and safety regulations including support, advice, training and consultancy on risk assessments, asbestos management, accident investigations, fire safety training, COSHH, health and safety plans and procedures, legislative review, CRB checks and DBS checks.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 13

II.2.1) Title

Environmental Consultancy

II.2.2) Additional CPV code(s)

71313000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides consultants to undertake feasibility studies and regulatory assessments of contaminated land and waste management, BREEAM assessors and consultants for pollution control, damp, invasive weeds, noise and air quality, acoustics, flooding and drainage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 14

II.2.1) Title

Net Zero, Energy Efficiency & Carbon Management Services

II.2.2) Additional CPV code(s)

71314300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides energy strategy specialists, who can provide energy efficiency consultancy, audits and surveys, BREEAM assessors and consultants energy strategy. This lot also aims to provide consultancy and advice around lowering your carbon output to achieve a net zero carbon foot print.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 15

II.2.1) Title

Fire Engineering

II.2.2) Additional CPV code(s)

71317100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides fire safety consultancy including access to specialists in fire risk assessments, whole-site fire strategies, HTM compliance audits, fire design strategies, fire surveys and audits, fire evacuation drills and how to respond to notices issued by the Fire Authority.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 16

II.2.1) Title

Ancillary Services

II.2.2) Additional CPV code(s)

71326000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot provides additional construction advisory services in accordance with professional standards and competencies. Core services include the provision of Six Facet Surveys, Town Planning, Business Case Authoring, Estates Strategy, Preparing and Issuing Tender Documentation, NEC Supervisor and clerks of works duties.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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.2.13) 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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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: 200

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/12/2021

Local time: 12:00

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: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 13/12/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The duration referenced in Section II.2.7 is for the placing of orders.

The value provided in Section II.1.5 is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.

The Framework will be for the benefit, and on behalf, of public sector bodies, details of such bodies can be accessed at: https://www.sbs.nhs.uk/proc-framework-agreements-support

In addition, if provided for in the contract documents, NHS SBS may extend the scope and benefit of the Framework Agreement to private sector bodies, subject to the approval of NHS SBS. Whilst NHS SBS is not required by procurement legislation to do so, it has extended the principles of public procurement rules to provide its private sector customers with the best value and open and transparent procurement procedures.

The envisaged maximum number of participants to the framework agreement, stated in IV.1.3 is an estimate and is subject to change

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services

Salfordd

M50 2UW

UK

VI.4.2) Body responsible for mediation procedures

NHS Shared Business Services

Salford

M50 2UW

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Procurement procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly

VI.4.4) Service from which information about the review procedure may be obtained

NHS Shared Business Services

Salford

M50 2UW

UK

VI.5) Date of dispatch of this notice

01/11/2021

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71326000 Ancillary building services Engineering design services
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71221000 Architectural services for buildings Architectural design services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71315300 Building surveying services Building services
71530000 Construction consultancy services Construction-related services
79415200 Design consultancy services Production management consultancy services
71314300 Energy-efficiency consultancy services Energy and related services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
72224000 Project management consultancy services Systems and technical consultancy services
71324000 Quantity surveying services Engineering design services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works

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:
brindsley.foster@nhs.net
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.