Business NewsTendersTools News

United Kingdom-London: Architectural design services

Official EU reference: 278874-2014

Procurer reference: PRO/0896/2014

Published on: 14/08/2014

Deadline date:30/09/2014

Location where the contract is to be carried out: London

Name of the buying organisation: ST GEORGE’S HEALTHCARE NHS TRUST

Summary of the contract
Framework for Consultancy Services, Design services for new builds,
refurbishments and maintenance projects.
The Framework focuses on Capital Projects
Design services for new builds, refurbishments and maintenance projects.
Devised into 7 Lots:
Lot 1 — Architectural services.
Lot 2 — Mechanical & Electrical services.
Lot 3 — Structural Engineer services.
Lot 4 — Planning Supervisor (CDM) services.
Lot 5 — Quantity Surveyor services.
Lot 6 — Project Management services.
Lot 7 — Business Case Writing services.
St. George’s NHS Trust is setting up this Framework Agreement together
with Kingston Hospital Foundation Trust . It is expected that multiple
contracts will be awarded under the framework. The value of any one of
these contracts may range from GBP 1 to GBP 750 000 per project. The
Framework will be established for 3 years with the option to extend for a
further 1 x12 month period.
The Trust reserves the right to not award one or more lots and also
reserves the right to cancel one or more lots at its sole discretion.
CPV: 71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210.

Full contract details
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name, addresses and contact point(s)
St George’s Healthcare NHS Trust
Procurement, 2nd Floor, Lanesborough Wing, Blackshaw Road
Contact point(s): Please refer to the Additional Information section V1.3
for details on how to obtain documentation,submit expression of interest
and to communicate with us during this process
For the attention of: Mrs Nuntima Lloyd
SW17 0QT London
UNITED KINGDOM
Telephone: +44 2087252419
E-mail: [email protected]
Further information can be obtained from: St. George’s NHS Trust
Blackshaw Road Tooting
For the attention of: Nuntima Lloyd
SW17 0QT London
UNITED KINGDOM
Telephone: +44 2087252419
E-mail: [email protected]
I.2) Type of the contracting authority
Body governed by public law
I.3) Main activity
Health
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting
authorities: yes
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Framework for Consultancy Services, Design services for new builds,
refurbishments and maintenance projects.
II.1.2) Type of contract and location of works, place of delivery or of
performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: St
George’s NHS Trust, Blackshaw Road, Tooting, London SW17 0QT
and
Kingston Hospital N H S Trust, Galsworthy Rd, Kingston upon Thames KT2 7QB
NUTS code UKI
II.1.3) Information about a public contract, a framework agreement or a
dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the
framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 3 000 000 GBP
Frequency and value of the contracts to be awarded: Value of contracts may
range from GBP1 to GBP750,000 per project,with multiple projects expected
to be awarded under the framework
II.1.5) Short description of the contract or purchase(s)
The Framework focuses on Capital Projects
Design services for new builds, refurbishments and maintenance projects.
Devised into 7 Lots:
Lot 1 — Architectural services.
Lot 2 — Mechanical & Electrical services.
Lot 3 — Structural Engineer services.
Lot 4 — Planning Supervisor (CDM) services.
Lot 5 — Quantity Surveyor services.
Lot 6 — Project Management services.
Lot 7 — Business Case Writing services.
St. George’s NHS Trust is setting up this Framework Agreement together
with Kingston Hospital Foundation Trust . It is expected that multiple
contracts will be awarded under the framework. The value of any one of
these contracts may range from GBP 1 to GBP 750 000 per project. The
Framework will be established for 3 years with the option to extend for a
further 1 x12 month period.
The Trust reserves the right to not award one or more lots and also
reserves the right to cancel one or more lots at its sole discretion.
II.1.6) Common procurement vocabulary (CPV)
71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210
II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants
Variants will be accepted: yes
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
At this stage, we envisage between 3 and 4 providers will be selected for
each Lot. The value of each project in each Lot will be highly variable,
but for indicative purposes only; would probably range between 5 000 GBP
to 750 000 GBP per annum. Bidders may bid for some or all lots.
Information about Lots
Lot 1 — Architects (St. George’s & Kingston);
Lot 2 — Mechanical & Electrical Services ( St. George’s & Kingston);
Lot 3 — Structural Engineers ( St. George’s & Kingston);
Lot 4 — Planning Supervisor (CDM) St. George’s;
Lot 5 — Quantity Surveyors (St. George’s & Kingston);
Lot 6 — Project Management (St. George’s);
Lot 7 — Business Case Writing ( St. Georg’s & Kingston).
Estimated value excluding VAT:
Range: between 5 000 and 750 000 GBP
II.2.2) Information about options
Options: no
II.3) Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1
Lot title: Lot 1 – Architects
1) Short description
To provide Architectural services to the Authority, for a range of small
and medium healthcare related projects across the Authority’s estate.
Scope
To work with the Authority and or its representatives on Capital Works
projects related to the Authority’s estate. To prepare specifications and
drawings from the Authority’s brief and in collaboration with other
specialist services including, but not restricted to, mechanical &
electrical engineers, planning supervisors and quantity surveyors. Produce
room data sheets based upon the Department of Health and NHS Activity Data
Base (ADB).
Required Standards
Knowledge and adherence to Health Technical Memoranda (HTMs)
Knowledge and adherence to Health Building Notes (HBNs)
Knowledge and use of Department of Health / NHS Activity Data Base (ADB)
or similar
The Royal Institute of British Architects (RIBA)
Value Ranges
5000 GBP – 750,000 GBP per year per project
2) Common procurement vocabulary (CPV)
71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210
Lot No: 2
Lot title: Lot 2 – Mechanical & Electrical
1) Short description
To provide Mechanical & Electrical services to the Authority, for a range
of small and medium healthcare related projects across the Authority’s
estate.
Scope
To work with the Authority and or its representatives on Capital Works
projects related to the Authority’s estate. To produce designs, prepare
specifications and provide information and drawings in collaboration with
other specialist services including, but not restricted to, architects and
structural engineers. Input mechanical & electrical services onto the
architect’s drawings and provide information for room data sheets based
upon the Department of Health and NHS Activity Data Base (ADB).
Required Standards
Knowledge and adherence to Health Technical Memoranda (HTMs)
Knowledge and adherence to Health Building Notes (HBNs)
Knowledge and use of Department of Health / NHS Activity Data Base (ADB)
or similar
The Chartered Institution of Building Services Engineers (CIBSE)
Value Ranges
5000 GBP -750000 GBP per year per project
2) Common procurement vocabulary (CPV)
71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210
Lot No: 3
Lot title: Lot 3 – Structural Engineers
1) Short description
To provide Structural Engineer services to the Authority, for a range of
small and medium healthcare related projects across the Authority’s
estate.
Scope
To work with the Authority and or its representatives on Capital Works
projects related to the Authority’s estate. To provide advice and support
for the effect of alterations on the structure of buildings, on any
strengthening required and the design of new lintels, beams, walls or
foundations, as necessary . Input into drawings in collaboration with
other specialist services including, but not restricted to, architects,
mechanical & electrical engineers and planning supervisors.
Required Standards
The Institution of Civil Engineers (ICE)
Institution of Structural Engineers
Value Ranges
5000 GBP – 400,000 GBP per year per project
2) Common procurement vocabulary (CPV)
71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210
Lot No: 4
Lot title: Lot 4 – Planning Supervisor (CDM)
1) Short description
To provide Planning Supervisor – Construction Design & Management (CDM)
services to the Authority, for a range of small and medium healthcare
related projects across the Authority’s estate.
Scope
To work with the Authority and or its representatives on Capital Works
projects related to the Authority’s estate. To provide advice and support
to the Authority to ensure they comply with their duties under the CDM
regulations. Advise when surveys are required, co-ordinate health and
safety aspects and evaluate construction plans against project
requirements. To collaborate with other specialist services including, but
not restricted to, architects, mechanical & electrical engineers and
structural engineers.
Required Standards
Knowledge and adherence to Health Technical Memoranda (HTMs)
Knowledge and adherence to Health Building Notes (HBNs)
The Royal Town Planning Institute (RTPI)
Value Ranges
5,000 GBP -300,000 GBP per year per project
2) Common procurement vocabulary (CPV)
71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210
Lot No: 5
Lot title: Lot 5 – Building Surveyors
1) Short description
To provide Building Surveyor services to the Authority, for a range of
small and medium healthcare related projects across the Authority’s
estates.
Scope
To work with the Authority and or its representatives on Capital Works
projects related to the Authority’s estate. To provide professional advice
on all aspects of property and construction. Advising on various aspects
of buildings at different stages. Areas may include design; maintenance;
repair; dilapidations; refurbishment; restoration and sustainability. To
collaborate with other specialist services including, but not restricted
to, architects, mechanical & electrical engineers and structural
engineers.
Required Standards
Knowledge and adherence to Health Technical Memoranda (HTMs)
Knowledge and adherence to Health Building Notes (HBNs)
The Royal Institution of Chartered Surveyors (RICS)
Value Ranges
5,000 GBP – 600,000 GBP per year per project
2) Common procurement vocabulary (CPV)
71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210
Lot No: 6
Lot title: Lot 6 – Project Management
1) Short description
To provide Project Management services to the Authority, for a range of
healthcare related projects across the Authority’s estate.
Scope
To work with the Authority and or its representatives on Capital Works
projects related to the Authority’s estate. To manage teams of people from
different disciplines, including all specialist service providers, to
achieve project objectives. To be aware of and work within time pressures,
budgets and quality targets. Services may include, but are not limited to,
development and sign off of the Client’s Brief; reporting to project
boards; management of internal and external meetings; management and
adherence to procedures developed by the Authority; escalation of issues,
risks and potential disruptions to a procurement and management of the
drafting of procurement / contract documentation.
Required Standards
Association for Project Management (APM)
The Royal Institution of Chartered Surveyors (RICS)
PRINCE2 or similar
Value Ranges
5,000 GBP to 400,000 GBP per year per project.
2) Common procurement vocabulary (CPV)
71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210
Lot No: 7
Lot title: Lot 7 – Business Case Writing
1) Short description
To provide Business Case Writing services to the Authority, for a range of
healthcare related projects across the Authority’s estates.
Scope
To work with the Authority and or its representatives on Capital Works
projects related to the Authority’s estate. To work with a wide range of
stakeholders to prepare documents including, but not restricted to, option
appraisals, strategic options, feasibility studies and full / outline
business cases.
Required Standards
Knowledge and adherence to Health Technical Memoranda (HTMs)
Knowledge and adherence to Health Building Notes (HBNs)
DoH Capital Investment Manual (CIM)
Value Ranges
5 000 GBP to 300 000 GBP per year per project
2) Common procurement vocabulary (CPV)
71220000, 71200000, 71250000, 50710000, 71000000, 72224000, 79415200,
71240000, 71315210
Section III: Legal, economic, financial and technical information
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements
relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements
are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being
administered by the court, where he has entered into an arrangement with
creditors, where he has suspended business activities or is in any
analogous situation arising from a similar procedure under national laws
and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an
order compulsory winding up the administration by the court or of an
arrangement with creditors or of any other similar proceedings under
national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata
in accordance with the legal provisions of the country of any offence
concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means
which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social
security contributions in accordance with the legal provisions of the
country in which he is established or with those of the country of the
contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in
accordance with the legal provisions of the country in which he is
established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information
required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal
organization, as defined in Article 2(1) of Council Joint Action
98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in
Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council
Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial
interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined
in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention
of the use of the financial system for the purpose of money laundering.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements
are met: (a) appropriate statements from banks or, where appropriate,
evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the
balance-sheets, where publication of the balance-sheet is required under
the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where
appropriate , of turnover in the area covered by the contract for a
maximum of the last three financial years available, depending on the date
on which the undertaking was set up or the economic operator started
trading, as far as the information of these turnovers is available.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements
are met:
(a) a list of the works carried out over the past five years, accompanied
by certificates of satisfactory execution for the most important works.
These certificates shall indicate the value, date and site of the works
and shall specify whether they were carried out according to the rules of
the trade and properly completed. Where appropriate, the competent
authority shall submit these certificates to the contracting authority
direct;
(b) a list of the principal deliveries effected or the main services
provided in the past three years, with the sums, dates and recipients,
whether public or private, involved. Evidence of delivery and services
provided shall be given: – where the recipient was a contracting
authority, in the form of certificates issues or countersigned by the
competent authority, – where the recipient was a private purchaser, by the
purchaser’s certification or, failing this, simply by a declaration by the
economic operator;
(c) an indication of the technicians or technical bodies involved, whether
or not belonging directly to the economic operator’s undertaking,
especially those responsible for quality control and, in the case of
public works contracts, those upon whom the contractor can call in order
to carry out the work;
(d) a description of the technical facilities and measures used by the
supplier or service provider for ensuring quality and the undertaking’s
study and research facilities;
(e) where the products or services to be supplied are complex or,
exceptionally, are required for a special purpose, a check carried out by
the contracting authorities or on their behalf by a competent official
body of the country in which the supplier or service provider is
established, subject to that body’s agreement, on the production
capabilities of the supplier or the technical capacity of the service
provider and, if necessary, on the means of study and research which are
available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service
provider or contractor and/or those of the undertaking’s managerial staff
and, in particular, those of the person or persons responsible for
providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in
appropriate cases, and indication of the environmental management measures
that the economic operator will be able to apply when performing the
contract;
(h) a statement of the average annual manpower of the service provider or
contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to
the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services
provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions
and/or photographs, the authenticity of which must be certified if the
contracting authority so request; (ii) certificates drawn up by official
quality control institutes or agencies of recognized competence attesting
the conformity of products clearly identified by references to
specifications or standards.
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate
Envisaged minimum number 3: and maximum number 4
Objective criteria for choosing the limited number of candidates:
Limitation on the number of operators who will be invited to tender or
participate.
Please refer to ITT documents.
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated
in the specifications, in the invitation to tender or to negotiate or in
the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
PRO/0896/2014
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.4) Time limit for receipt of tenders or requests to participate
30.9.2014 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to
selected candidates
7.11.2014
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up
English.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: no
VI.3) Additional information
The information and /or documents for this opportunity are available on
https://www.lppsourcing.org/procontract/lpp/supplier.nsf/frm_home?ReadForm
You must register on this site to respond. If you are already registered
you will not need to register again, simply use your existing username and
password. Please note there is a password reminder link on the homepage
The deadline for submitting your response(s) is 30/09/2014 12:00. Please
ensure that you allow yourself plenty of time when responding to this
invite prior to the closing date and time, espectially if you have been
asked to upload documents.
If you experience any technical difficulties please contact Due North
eSourcing Helpdesk on call
0845 2930459 or email [email protected]
The contract authority considers that this contract may be suitable for
economic operators that are small or medium enterprises(SME’s). However,
any selection of tenderers will be based solely on the criteria set out
for the procurement, and the contract will be awarded on the basis of most
economically advantageous tender.
Expression of Interest must be submitted through the eTendering portal at
Procontract eSourcing. St. George’s must not be contacted directly in
relation to this contract except through the identified channels as at
Section I.1
When required, pricing must be in Sterling and payments under the contract
will be made in Sterling. The contract is expected to last for 48 months.
The contract will be governed by English Law. The Trust reserves the right
to annul the tendering process and not award a contract.
If and when this requirement is offered to tender, this may be done in
whole or in part via electronic means using the Internet.
The selected suppliers will be expected to supply all consultancy services
from their organisations as are required by the contracting authority from
time to time. Further additions to their ranges will also be included.
Form means of clarity this is a framework Agreement for St. George’s NHS
Trust, in collaboration with Kingston NHS Hospital Foundation Trust.
Bidder clarifications, if applicable, will be held after receipt of the
Invitation to Tender Documents have been returned and we aim to hold the
clarification meetings during weeks commencing 12.1.2015 Suppliers must be
available for the tender clarification meetings.
The Trust does not bind itself to accept the lowest offer or any offer
either in part, each item for this purpose being treated as separately.
The Trust cannot be held responsible for any costs incurred by offerors in
relation to the preparation of their and any subsequent post offer
clarifications.
Suppliers must use the file reference PRO/0896/2014 in all correspondence.
Suppliers must follow the instructions fully. Suppliers must complete
their PQQ document set before the deadline as set out in this notice. The
PQQ pass mark will be 70%, we will also reserve the right to take through
the top 8 capable suppliers.
Suppliers must comply with all of the requests within this OJEU notice and
subsequent tender requirements or they may not be considered.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
St. George’s NHS Trust
Blackshaw Road Tooting
SW17 0QT London
UNITED KINGDOM
Telephone: +44 2087252419
VI.5) Date of dispatch of this notice:
11.8.2014

Classification of the contract
71220000 Architectural design services
71200000 Architectural and related services
71250000 Architectural, engineering and surveying services
50710000 Repair and maintenance services of electrical and mechanical building installations
71000000 Architectural, construction, engineering and inspection services
72224000 Project management consultancy services
79415200 Design consultancy services
71240000 Architectural, engineering and planning services
71315210 Building services consultancy services

Show More

Floors Magazine

Floorinsite.com brings you daily flooring news, features, tenders, events, jobs and everything in-between.

Related Articles

Back to top button