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

Framework Agreement for Minor Roofing Works and Services (up to 100k GBP Excluding VAT)

  • First published: 13 October 2024
  • Last modified: 13 October 2024
  • 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-04a75b
Published by:
NHS Lothian
Authority ID:
AA43533
Publication date:
13 October 2024
Deadline date:
11 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Lothian wishes to create a framework to appoint suitable suppliers capable of providing heavy engineering related services as per the ITT documents.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Lothian

Procurement Headquarters, Waverley Gate 2-4 Waterloo Place

Edinburgh

EH1 3EG

UK

Telephone: +44 7973670313

E-mail: maxwell.muir@nhs.scot

NUTS: UKM

Internet address(es)

Main address: http://www.nhslothian.scot.nhs.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=37855cc6-5135-49e6-ba2e-69642bb496d7


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=37855cc6-5135-49e6-ba2e-69642bb496d7


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


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

Framework Agreement for Minor Roofing Works and Services (up to 100k GBP Excluding VAT)

Reference number: LR3-109-2024

II.1.2) Main CPV code

45261900

 

II.1.3) Type of contract

Works

II.1.4) Short description

NHS Lothian wishes to create a framework to appoint suitable suppliers capable of providing heavy engineering related services as per the ITT documents.

II.1.5) Estimated total value

Value excluding VAT: 1 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45260000

45261900

45261910

45261920

II.2.3) Place of performance

NUTS code:

UKM73

UKM75

UKM78

II.2.4) Description of the procurement

NHS Lothian wishes to create a framework roofing works as further described within the ITT and Specification.

II.2.5) Award criteria

Criteria below:

Quality criterion: 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:

The framework duration will be two (2) years with an option to review and extend the framework for three further 12-month periods thereafter (2+1+1+1 years).

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

NHS has adopted Safe Contractor. The successful bidder must be Safe Contractor registered or equivalent.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

[4B1.1] Provide general yearly turnover for the past 3 years.

[4B5b] - Employer's (Compulsory) Liability Insurance of 5 million GBP

[4B5c] - Public Liability Insurance of 5 million GBP

[4B5c] - Professional Indemnity Liability Insurance of 5 million GBP


III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1 Bidders must provide two examples of services carried out during the past three years that demonstrate experience to deliver the services described in part II.2.4 of the Contract Notice and the ITT, and in particular:

- a similarly complex estate; &

- with similar roofing needs.

Examples should demonstrate experience of non-reactive maintenance. Bidders’ examples should include the following details:

- Detailed description and location of the service.

- Value of the contract/service

- Contract period

- Complexity of estate managed

- Details of multi/complex stakeholder engagement

- Contact details of a reference (this may be used for information purposes only)

This is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this may result in your tender

being rejected.

[4D1] Quality Management. The Bidder must have the following:

A documented process for ensuring that quality management is effective in educing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.

Health and Safety. The Bidder must have the following:

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company’s responsibilities of H&S management and compliance with legislation.

NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.

[4D2] Environmental Management Systems. The Bidder must have the following:

Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence that the bidder’s organisation’s environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these

arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints.


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: 3

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: 11/11/2024

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

IV.2.7) Conditions for opening of tenders

Date: 11/11/2024

Local time: 12:00

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

Objective criteria for ensuring the selection of suitably qualified candidates:

This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T

messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T.

We will apply a single stage process:

Pre-Qualification via the SPD. The SPD asks bidders general questions; when completing, bidders must have regard for the statements in

this Notice that detail specific requirements. Bidders must:

a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can

be found in Sections III.1.1, III.1.2, and III.1.3 of this Notice.

TUPE won't apply

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27689. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:769193)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Edinburgh

UK

VI.5) Date of dispatch of this notice

10/10/2024

Coding

Commodity categories

ID Title Parent category
45261920 Roof maintenance work Erection and related works of roof frames and coverings
45261910 Roof repair Erection and related works of roof frames and coverings
45261900 Roof repair and maintenance work Erection and related works of roof frames and coverings
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work

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:
maxwell.muir@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.