loading
  • GB-EH12 9EB Edinburgh
  • 13.09.2017
  • Ausschreibung
  • (ID 2-275174)

NHSScotland Project Manager Framework.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.09.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8
    Art der Leistung Bauleistung / Objektplanung Gebäude / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Sicherheits-/ Gesundheitsschutz / Projektsteuerung
    Sprache Englisch
    Aufgabe
    This Framework will provide Project Manager services to Framework Customers (as further described in the
    Statement of Requirement) on a call-off basis.
    Please note the content of all of this SOR which specifies the full requirements which are relevant to the performance of a prospective Project Manager duties under the proposed PM Framework.
    The role of PM is varied and may include inputs to projects to be delivered via a variety of procurement routes as indicated above. It will be a key requirement of this framework to provide Project Manager services for construction projects procured under the NEC3/ NEC4 suite of contracts. The Project Manager will be required to be conversant with all procurement routes used to deliver NHSScotland projects.
    The authority is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate
    of the total potential value over the term of the framework is noted below.
    Leistungsumfang
    As per the procurement documents
    All procurement documents can be accessed from the Public Contract Scotland — Tender portal
    Project Code — 8025
    PQQ Code — 2595.
    Adresse des Bauherren UK-EH12 9EB Edinburgh
    TED Dokumenten-Nr. 322013-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Edinburgh: Architectural, construction, engineering and inspection services

      2017/S 155-322013

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The Common Services Agency (more commonly referred to as NHS National Services Scotland (hereinafter referred to as the ‘Authority’)
      Gyle Square, 1 South Gyle Crescent
      Edinburgh
      EH12 9EB
      United Kingdom
      Contact person: Steven Sanzone
      Telephone: +44 1412071820
      E-mail: 
      MjIwWl9fGlRSX1JeTVlRY1teV19PW2BYTVpQLFpUXxpaUWA=
      NUTS code: UKM

      Internet address(es):

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

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10442

      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://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/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:

       

      NHSScotland Project Manager Framework.

       

      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This Framework will provide Project Manager services to Framework Customers (as further described in the

      Statement of Requirement) on a call-off basis.

      Please note the content of all of this SOR which specifies the full requirements which are relevant to the performance of a prospective Project Manager duties under the proposed PM Framework.

      The role of PM is varied and may include inputs to projects to be delivered via a variety of procurement routes as indicated above. It will be a key requirement of this framework to provide Project Manager services for construction projects procured under the NEC3/ NEC4 suite of contracts. The Project Manager will be required to be conversant with all procurement routes used to deliver NHSScotland projects.

      The authority is not able to guarantee the volume, type or value of any work called off under the framework however the current estimate

      of the total potential value over the term of the framework is noted below.

       

      II.1.5)Estimated total value
      Value excluding VAT: 4 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71000000
      71200000
      71310000
      71500000
      71530000
      71248000
      79420000
      45000000
      71317200
      71317210
      II.2.3)Place of performance
      NUTS code: UKM
      II.2.4)Description of the procurement:

       

      As per the procurement documents

      All procurement documents can be accessed from the Public Contract Scotland — Tender portal

      Project Code — 8025

      PQQ Code — 2595.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 4 000 000.00 GBP
      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
      Envisaged minimum number: 8
      Objective criteria for choosing the limited number of candidates:

       

      ESPD Technical Envelope Section on Technical and Professional Ability — Questions 4C.1.2, 4C.6, 4C.8.1 and 4C 8.2 must be answered. The scoring and evaluation mechanism is further described in the Scoring Questions Evaluation Guidance document which is attached to the ESPD. It is the intention of the Authority that those bidders who achieve the eight (8) highest scores will be invited to submit a tender unless two or more bidders score the same eighth (8th) highest score in which case all such bidders will be invited to tender.

       

      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
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)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. This procurement is not suitable to be divided into lots as that is not considered to be cost effective or time efficient for the type and range of work anticipated.

       

      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:

       

      Project Manager — General and including NEC3 Contract Duties

      Manpower assessment based on numbers of:

      Cat A — NEC3 Project Manager Accreditation and minimum of 3 years' relevant NEC3 project experience along with a minimum of 10 years relevant experience and with a CIOB or APM Project Professional or MRICS qualification through the Project Management pathway.

      Cat B — CIOB or APM Project Professional Qualification and minimum of 5 years' relevant experience or MRICS qualification through the Project Management pathway and minimum of 5 years' relevant experience.

      Equivalence to these qualifications is acceptable provided that the relevant qualification criteria are evidenced and must be for construction related disciplines together with relevant experience.

      Checks on qualifications will be carried out as part of the evaluation process at Tender stage.

      Refer to the Statement of Requirements for full details.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      This section refers to Section B of Part IV of the ESPD (Scotland) (‘ESPD Scotland’) and covers questions 4B.2 — 4B.6.1 of the ESPD (Scotland) and responses will be assessed on a pass/fail basis:

      4B1.2 Bidders will be required to have an average yearly turnover of a minimum of 800,000 GBP for the last 3 years based on submitted accounts for this period.

      4B.2.2 Bidders will be required to have an average yearly turnover of a minimum of 800,000 GBP in the business area covered by the contract for the last 3 years.

      4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date on which they were set up or started trading.

      4B.4 Bidders will be required to state the value(s) for the financial ratio(s) from their last three years accounts and will be evaluated as set down in the Project Manager Framework Economic/Financial Standing Evaluation guidance attached to this ESPD Question.

      4B.6 — Qualitative Moderation — As a requirement for the financial economic and financial standing evaluation, each potential supplier must complete Question 4B.6 of the ESPD setting out the information as indicated in the instructional attachment to this question.

      If the combined weighted score for the ratios in 4B.4 achieved is below 3, the score may be subject to qualitative moderation based on the information provided by the potential supplier in response to 4B.6 and NSS's review of verified information relating to the potential supplier which is publicly available over the year up to the date of the ESPD submission. Such moderation may, subject to the following, result in the scores awarded being amended upwards.

      If following the above moderation exercise it is considered appropriate by NSS that a potential supplier should be invited to proceed to the Tender stage of this procurement exercise because in light of the further information considered by NSS, that potential supplier is considered, overall, to have evidenced adequate financial standing, then NSS may make that selection conditional upon the potential supplier providing appropriate performance and financial guarantees from relevant parent company(ies).

      NSS therefore reserves the right to require the provision to it of appropriate parent company financial data, and to assess risk as part of the qualitative moderation exercise on the basis of that parent company financial data (which will be assessed on the basis of the tests set out in section 3 above) is acceptable, and that a Parent Company Guarantee, in the form stipulated by NSS, would be entered into by an approved parent company or other guarantor acceptable to NSS.

      Potential suppliers must confirm that appropriate parent company information will be made available if sought, and that a Parent Company Guarantee in the form stipulated by NSS will be entered into as a condition of participation in the framework.

      Credit Scoring — NSS will credit check all potential suppliers and will use Creditsafe for these checks.

      Creditsafe ratings are as follows:

      — 71-100 Very Low Risk

      — 51-70 Low Risk

      — 30-50 Moderate Risk

      — 21-29 High Risk

      — 1-20 Very High Risk

      Potential Suppliers with scores within the Very High Risk and High Risk categories as defined above will not be permitted to proceed to Tender Stage unless information provided through the response to ESPD Question 4B.6 is further assessed through the prescribed moderation process and NSS make a decision to invite the potential supplier to proceed to Tender stage.

      Please download and read the scoring guidance document for further information.

       

      Minimum level(s) of standards possibly required:

       

      It is a requirement of this Framework that bidders hold, or can commit to obtaining prior to award of the Framework the forms and levels of insurance indicated below:

      4B.5.1 Employer's Liability Insurance of not less than the sum of 10 million GBP in respect of each and every claim or series of claims arising from the same original cause or event;

      4B.5.2 Public Liability Insurance of not less than the sum of 5 million GBP in respect of each and every claim or series of claims arising from the same original cause or event;

      Professional Indemnity Insurance of not less than the sum of 5 million GBP in respect of each and every claim or series of claims arising from the same original cause or event.

      Refer to the SOR for full details.

       

      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      Conditions relating to Contract Performance are included within the Statement of Requirement.

       

      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
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 5
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the 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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 13/09/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 23/10/2017
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      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)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Please refer to the Statement of Requirement for further details together with the ESPD (Scotland)Questionnaire. This Framework is a procurement method for publicly funded Health and Social Care Projects. Under this procurement all economic operators will be required to support the Authority's economic and social regeneration activities. The Project Manager Framework is intended to provide accessible independent consultancy support to the Framework Customers on a call-off basis.

      The Estimated Contract Notice Value is an approximate amount for the framework and is not a guaranteed value which will be achieved through this framework.

      Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded:

      Contracts will be entered into with the economic operator only. Whilst a ‘partnership’ or consortium model may, in practice be adopted by the economic operator from a contractual perspective the economic operator will be required to assume the role of a ‘prime contractor’ in respect of any subcontractors and will be required to assume liability and responsibility for the acts and omissions of any subcontractors utilised by them to deliver services under the framework.

      A sub-contract clause has been included in this contract. For more information see:

      http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

      Community benefits are included in this requirement. For more information see:

      http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      As indicated in the Statement of Requirement

      The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 8025. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      As indicated in the Statement of Requirement

      (SC Ref:493321).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      NSS Health Facilities Scotland
      Gyle Square, 1 South Gyle Crescent
      Edinburgh
      EH12 9EB
      United Kingdom
      Telephone: +44 1312756778
      E-mail: 
      MjE4XGFhHFZUYVRgT1tTZV1gWWFRXWJaT1xSLlxWYRxcU2I=
      Fax: +44 1313140727

      Internet address:http://www.frameworks-scotland2.scot.nhs.uk/

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      11/08/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 16.08.2017
Zuletzt aktualisiert 16.08.2017
Wettbewerbs-ID 2-275174 Status Kostenpflichtig
Seitenaufrufe 34