Notice Information
Notice Title
NHSScotland CDM / Construction and Property Health and Safety Advisor Framework
Notice Description
This Framework will provide CDM / Construction and Property Health and Safety Advisor services to NHSScotland on a call-off basis. The role of the CDM / Construction and Property Health and Safety Advisor is varied and may include inputs to health and social care projects to be delivered via a variety of procurement routes. It will be a key requirement of this Framework to provide CDM / Constrcution and Property Health and Safety Advisor services for construction projects procured under the NEC4 suite of contracts, ensuring that the Framework Customers are supported and advised in their duties under CDM 2015 Regulations together with providing other Construction and Property Health and Safety advice that may be required. 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.
Lot Information
Lot 1
As per the procurement documents. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000689985
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494448
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
45000000 - Construction work
71000000 - Architectural, construction, engineering and inspection services
71200000 - Architectural and related services
71248000 - Supervision of project and documentation
71310000 - Consultative engineering and construction services
71317200 - Health and safety services
71317210 - Health and safety consultancy services
71500000 - Construction-related services
71530000 - Construction consultancy services
79420000 - Management-related services
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- £400,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £400,000 £100K-£500K
Notice Dates
- Publication Date
- 8 Dec 20232 years ago
- Submission Deadline
- 29 Jun 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Oct 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NSS HEALTH FACILITIES SCOTLAND
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 9EB
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY449671
NHSScotland CDM / Construction and Property Health and Safety Advisor Framework - This Framework will provide CDM / Construction and Property Health and Safety Advisor services to NHSScotland on a call-off basis. The role of the CDM / Construction and Property Health and Safety Advisor is varied and may include inputs to health and social care projects to be delivered via a variety of procurement routes. It will be a key requirement of this Framework to provide CDM / Constrcution and Property Health and Safety Advisor services for construction projects procured under the NEC4 suite of contracts, ensuring that the Framework Customers are supported and advised in their duties under CDM 2015 Regulations together with providing other Construction and Property Health and Safety advice that may be required. 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. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494448
NHSScotland CDM / Construction and Property Health and Safety Advisor Framework - This Framework will provide CDM / Construction and Property Health and Safety Advisor services to NHSScotland on a call-off basis. The role of the CDM / Construction and Property Health and Safety Advisor is varied and may include inputs to health and social care projects to be delivered via a variety of procurement routes. It will be a key requirement of this Framework to provide CDM / Constrcution and Property Health and Safety Advisor services for construction projects procured under the NEC4 suite of contracts, ensuring that the Framework Customers are supported and advised in their duties under CDM 2015 Regulations together with providing other Construction and Property Health and Safety advice that may be required. 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.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000689985-2023-12-08T00:00:00Z",
"date": "2023-12-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000689985",
"initiationType": "tender",
"parties": [
{
"id": "org-38",
"name": "NSS Health Facilities Scotland",
"identifier": {
"legalName": "NSS Health Facilities Scotland"
},
"address": {
"streetAddress": "Gyle Square, 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "nss.hfsframeworkscotland@nhs.scot",
"telephone": "+44 1312756511",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.hfs.scot.nhs.uk"
}
},
{
"id": "org-4",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "26 Chamber Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-2",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"email": "nss.hfsframeworkscotland@nhs.scot",
"telephone": "+44 1312756511",
"url": "http://"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.hfs.scot.nhs.uk"
}
},
{
"id": "org-132",
"name": "NSS Health Facilities Scotland",
"identifier": {
"legalName": "NSS Health Facilities Scotland"
},
"address": {
"streetAddress": "Gyle Square, 1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"email": "nss.hfsframeworkscotland@nhs.scot",
"telephone": "+44 1312756511",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.hfs.scot.nhs.uk"
}
},
{
"id": "org-133",
"name": "Thomson Gray Construction Consultants",
"identifier": {
"legalName": "Thomson Gray Construction Consultants"
},
"address": {
"streetAddress": "Prospect House, 5 Thistle Street",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH2 1DF"
},
"contactPoint": {
"telephone": "+44 1312265076",
"faxNumber": "+44 1312266347"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-134",
"name": "Aecom",
"identifier": {
"legalName": "Aecom"
},
"address": {
"streetAddress": "Aurora, 120 Bothwell Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 7JS"
},
"contactPoint": {
"email": "karen.junior@aecom.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-135",
"name": "Currie & Brown UK Limited",
"identifier": {
"legalName": "Currie & Brown UK Limited"
},
"address": {
"streetAddress": "Onyx, 215 Bothwell Street",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G2 7EZ"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "NSS Health Facilities Scotland",
"id": "org-132"
},
"tender": {
"id": "NHSSA / HFS CDM /C&PH&S Advisor 2022",
"title": "NHSScotland CDM / Construction and Property Health and Safety Advisor Framework",
"description": "This Framework will provide CDM / Construction and Property Health and Safety Advisor services to NHSScotland on a call-off basis. The role of the CDM / Construction and Property Health and Safety Advisor is varied and may include inputs to health and social care projects to be delivered via a variety of procurement routes. It will be a key requirement of this Framework to provide CDM / Constrcution and Property Health and Safety Advisor services for construction projects procured under the NEC4 suite of contracts, ensuring that the Framework Customers are supported and advised in their duties under CDM 2015 Regulations together with providing other Construction and Property Health and Safety advice that may be required. 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.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71000000",
"scheme": "CPV"
},
{
"id": "71200000",
"scheme": "CPV"
},
{
"id": "71310000",
"scheme": "CPV"
},
{
"id": "71500000",
"scheme": "CPV"
},
{
"id": "71530000",
"scheme": "CPV"
},
{
"id": "71248000",
"scheme": "CPV"
},
{
"id": "79420000",
"scheme": "CPV"
},
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "71317200",
"scheme": "CPV"
},
{
"id": "71317210",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 400000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2022-06-29T12:00:00Z"
},
"documents": [
{
"id": "MAY449671",
"documentType": "contractNotice",
"title": "NHSScotland CDM / Construction and Property Health and Safety Advisor Framework",
"description": "This Framework will provide CDM / Construction and Property Health and Safety Advisor services to NHSScotland on a call-off basis. The role of the CDM / Construction and Property Health and Safety Advisor is varied and may include inputs to health and social care projects to be delivered via a variety of procurement routes. It will be a key requirement of this Framework to provide CDM / Constrcution and Property Health and Safety Advisor services for construction projects procured under the NEC4 suite of contracts, ensuring that the Framework Customers are supported and advised in their duties under CDM 2015 Regulations together with providing other Construction and Property Health and Safety advice that may be required. 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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY449671",
"format": "text/html"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": "DEC494448",
"documentType": "awardNotice",
"title": "NHSScotland CDM / Construction and Property Health and Safety Advisor Framework",
"description": "This Framework will provide CDM / Construction and Property Health and Safety Advisor services to NHSScotland on a call-off basis. The role of the CDM / Construction and Property Health and Safety Advisor is varied and may include inputs to health and social care projects to be delivered via a variety of procurement routes. It will be a key requirement of this Framework to provide CDM / Constrcution and Property Health and Safety Advisor services for construction projects procured under the NEC4 suite of contracts, ensuring that the Framework Customers are supported and advised in their duties under CDM 2015 Regulations together with providing other Construction and Property Health and Safety advice that may be required. 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.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494448",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "As per the procurement documents. 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.",
"status": "complete",
"value": {
"amount": 400000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Written quality questions and interview.",
"description": "60%"
},
{
"type": "price",
"description": "40%"
}
]
}
}
],
"contractTerms": {
"performanceTerms": "Conditions relating to Contract Performance are included within the Statement of Requirement."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2022-07-28T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders must confirm if they hold memberships / accreditation of professional bodies. Minimum requirements for H&S Professional Qualifications are valid membership of the Association of Project Safety (APS) at Incorporated Member (IMAPS) category, or equivalent. Certified Membership status (CMAPS) level category of APS, or equivalent, will be considered as an enhanced qualification as part of the SPD response evaluation. Equivalence to these qualifications is acceptable provided that the relevant qualification criteria as specified in the Statement of Requirement are evidenced. Checks on qualifications will be carried out as part of the evaluation process."
},
{
"type": "economic",
"description": "This section refers to Section B of Part IV of the SPD (Scotland) (\"SPD Scotland\") and covers questions 4B.2 - 4B.6.1 of the SPD (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 200,000 GBP for the last 3 years based on submitted accounts for this period. As part of the moderation process NSS will assess information provided by bidders related to reduced turnover linked to the pandemic. 4B2.2 Bidders will be required to have an average yearly turnover of a minimum of 200,000 GBP for the last 3 years based on submitted accounts for this period. As part of the moderation process NSS will assess information provided by bidders related to reduced turnover linked to the pandemic. 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 CDM / Construction and Property Health and Safety Advisor Framework Economic/Financial Standing Evaluation guidance attached to this SPD 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 SPD 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 SPD 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 SPD 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": "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 2 million GBP in respect of each and every claim or series of claims arising from the same original cause or event and 5 million GBP for appointments related to projects with a value over 20 million GBP. Refer to the SOR for full details."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "71000000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-2",
"description": "Additional time to complete PQQ revisions",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-06-29T12:00:00Z"
},
"newValue": {
"date": "2022-07-04T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2022-07-28T00:00:00Z"
},
"newValue": {
"date": "2022-07-04T00:00:00Z"
},
"where": {
"section": "IV.2.3",
"label": "Estimated date of dispatch of invitations"
}
}
]
}
]
},
"language": "EN",
"description": "Please refer to the Statement of Requirement for further details together with the SPD (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 CDM / Construction and Property Health and Safety Advisor Framework is intended to provide accessible independent consultancy support to NHSScotland organisations 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 21414. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:752760)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000689985"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000689985"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000689985"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "695389",
"suppliers": [
{
"id": "org-133",
"name": "Thomson Gray Construction Consultants"
},
{
"id": "org-134",
"name": "Aecom"
},
{
"id": "org-135",
"name": "Currie & Brown UK Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "695389",
"awardID": "695389",
"status": "active",
"value": {
"amount": 400000,
"currency": "GBP"
},
"dateSigned": "2023-10-27T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2022/S 022-190561"
}
],
"bids": {
"statistics": [
{
"id": "304",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "305",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "306",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "307",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "308",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}