Lewisham and Greenwich NHS Trust: GSTT - Capital Projects Consultancy Framework Agreement

  Lewisham and Greenwich NHS Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: GSTT - Capital Projects Consultancy Framework Agreement
Notice type: Contract Notice
Authority: Lewisham and Greenwich NHS Trust
Nature of contract: Services
Procedure: Open
Short Description: Capital Projects Consultancy Framework Agreement
Published: 28/06/2018 12:45
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Infrastructure works consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Guys & St.Thomas's NHS Foundation Trust
             Great Maze Pond, London, SE1 9RT, United Kingdom
             Email: procurement@gstt.nhs.uk
             Main Address: https://www.gstt.nhs.uk, Address of the buyer profile: https://www.gstt.nhs.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Guy's & St.Thomas's Foundation Trust, Kings College London, South London & Maudsley NHS Trust, Kings College Hospital       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/delta/project/buyer/editContractNotice.html
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/project/buyer/editContractNotice.html to the abovementioned address       
      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.delta-esourcing.com/delta/project/buyer/editContractNotice.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: GSTT - Capital Projects Consultancy Framework Agreement       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71311300 - Infrastructure works consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Capital Projects Consultancy Framework Agreement       
      II.1.5) Estimated total value:
      Value excluding VAT: 120,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The Contract Authority (GSTT) intends to award places on the framework agreement to a minimum of four service providers per individual Lot.

The selected suppliers will be the those who achieve the highest score in the evaluation of bids submitted.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Multidisciplinary Services       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI4 Inner London – East
      
      II.2.4) Description of procurement: Multidisciplinary Services include: Project & Programme Manager, Architecture Services, Principal Designer Services, Building Services & PH Services Engineer, Cost Consultant & NEC Mananger Services and Civil & Structural Engineer.
Consultants wishing to bid for this lot must recognise that they will accept both reasonable risk and management of the phasing of services that make up the multi-disciplinary Lot
      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: 16,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Project & Programme Manager Services       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Project and Programme Management Service to act on behalf of the Client to include upgrading and refurbishment of the land and premises, land remediation, infrastructure and development, actions plans, Risk Management, Information Technology and Strategy Development, Management of Procurement, Preparation of work packages suitable to tender, Monitoring of Construction Works, Health Safety Environment Management (Health Safety Environment Management Services include but are not limited to CDM Advisory/Consultancy Services), Gateway Reviews, Knowledge Transfer, Share Best Practice, Skills / Training Delivery.
      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: 16,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Architectural Services       
      Lot No: Lot 3       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Production of affordable and sustainable architectural building design, RIBA plan, project briefs, specifications, design guides and design codes, planning applications and building control applications, Breeam assessments, infrastructure studies, design audit, historic estate advise, DDA & access arrangements, design quality, whole life cost, regeneration, energy conservation and sustainability advice and implementation, preparation of work packages suitable to tender, procurement management, monitoring of construction works, health safety environment management.
      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: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Cost Consultant & NEC PM Services       
      Lot No: Lot 4       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Deliver Affordable and Sustainable refurbishment projects, Infrastructure projects, Appraisal work, Direct Development and Post Agreement Monitoring, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Contract Administration, Health Safety Environment Management (Health Safety Environment Management Services.
      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: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Civil & Structural Engineering Services       
      Lot No: Lot 5       
      II.2.2) Additional CPV codes:
      71311000 - Civil engineering consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Production of Affordable and Sustainable Engineering Design, upgrading and refurbishment projects, Asset Condition Surveys, Design/Management, Feasibility Studies, Utility Assessments, Whole Life Cost Assessment, Electrical Services, Mechanical Services, CCTV and Access Control, Noise Control, Energy Efficiency, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management (Health Safety Environment Management Services included but are not limited to CDM Advisory/Consultancy Services), Training.
      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: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Building Services Engineering & Public Health Services       
      Lot No: Lot 6       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The delivery of robust Building Services Engineering, upgrading and refurbishment projects, Asset Condition Surveys, Design/Management, Feasibility Studies, Utility Assessments, Whole Life Cost Assessment, Electrical Services, Mechanical Services, CCTV and Access Control, Noise Control, Energy Efficiency, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management (Health Safety Environment Management Services.
      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: 8,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Landscape Architecture Services       
      Lot No: Lot 7       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Services relating to the specification included in the ITT document relating to the Landscape Architecture Services, for upgrading and refurbishment projects, Asset Condition Surveys, Design/Management, Feasibility Studies, Utility Assessments, Whole Life Cost Assessment, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management (Health Safety Environment Management Services.
      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       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Principal Designer Services       
      Lot No: Lot 8       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Services provided by the Principle Designer Services for the production of affordable and sustainable engineering design, for upgrading and refurbishment projects, Asset Condition Surveys, Design/Management, Feasibility Studies, Utility Assessments, Whole Life Cost Assessment, Electrical Services, Mechanical Services, CCTV and Access Control, Noise Control, Energy Efficiency, Whole Life Cost Considerations, Preparation of work packages suitable to tender, Procurement Management, Monitoring of Construction Works, Health Safety Environment Management (Health Safety Environment Management Services.
      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: 12,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 9
      
      II.2.1) Title: Building Surveyor Services       
      Lot No: Lot 9       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: To provide Building Surveyor services as published in the Schedule of Services document included in the Tender pack.
      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: 8,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 10
      
      II.2.1) Title: Healthcare Planning Services       
      Lot No: Lot 10       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: To provide Healthcare Planning Services as published in the Schedule of Services document included in the Tender pack.
      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       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 11
      
      II.2.1) Title: Fire Advisory Services       
      Lot No: Lot 11       
      II.2.2) Additional CPV codes:
      71311300 - Infrastructure works consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Independent Fire Safety Adviser who are able to offer unbiased opinion on all aspects of fire safety. Specialised in carrying out fire risk assessments and in advising the client on fire safety legislation. With the introduction of the Regulatory Reform (Fire Safety) Order 2005 we are looking for fire inspectors who can guide and advise GSTT and its named partners on how the law affects them and what changes they need to make to satisfy this legislation.
      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: 6,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 12
      
      II.2.1) Title: BREEAM Adviser       
      Lot No: Lot 12       
      II.2.2) Additional CPV codes:
      71530000 - Construction consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: BREEAM Adviser required to Encourage continuous performance improvement and innovation by setting and assessing against a broad range of scientifically rigorous requirements that go beyond current regulations and practice.Empower those stakeholders who own, commission, deliver, manage or use buildings, infrastructure or communities to achieve their sustainability aspirations. To build confidence and value
by providing independent certification that demonstrates the wider benefits to individuals, business, society and the environment.
      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: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework is planned to operate for 48 months. The initial term will be 24 months and then has provision for a 24 month extension. Additionly it is planned to be retendered at the end of the 48 month term subject to budget availability and the performance of the overall agreement.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      The conditions associated with this framework agreement are published in the ITT document.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 06/08/2018 Time: 12:00
            
      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 month(s): 48
      
      IV.2.7) Conditions for opening of tenders:
         Date: 06/08/2018
         Time: 12:00
         Place:
         GSTT
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 48 months
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Infrastructure-works-consultancy-services./7UM2G3329K

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7UM2G3329K
   VI.4) Procedures for review
   VI.4.1) Review body:
             Guy's & St.Thomas's NHS Foundation Trust
       Great Maze Pond, London, SE1 9RT, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             Guys & St. Thomas's NHS Foundation Trust
          Great Maze Pond, London, SE1 9RT, United Kingdom
          Internet address: https://www.guysandstthomas.nhs.uk/contact-us/contact.aspx
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 28/06/2018

Annex A
   I) Addresses and contact points from which further information can be obtained:
       Guy's & St.Thomas's Foundation Trust
       Maze Lane, London, SE17EH, United Kingdom
       Email: procurement@gstt.nhs.uk
       Main Address: https://www.guysandstthomas.nhs.uk, Address of the buyer profile: https://www.guysandstthomas.nhs.uk
       NUTS Code: UKI   



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Maudsley Hospital
       Denmark Hill, London, SE5 8AZ, United Kingdom
       Email: procurement@gstt.nhs.uk
       Main Address: http://www.slam.nhs.uk/about-us/contact-us
       NUTS Code: UKI

View any Notice Addenda

UK-London: Infrastructure works consultancy services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Guys & St.Thomas's NHS Foundation Trust
       Great Maze Pond, London, SE1 9RT, United Kingdom
       Email: procurement@gstt.nhs.uk
       Main Address: https://www.gstt.nhs.uk, Address of the buyer profile: https://www.gstt.nhs.uk
       NUTS Code: UKI

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: GSTT - Construction Projects Consultancy Framework Agreement      Reference number: Not Provided      
   II.1.2) Main CPV code:
      71311300 - Infrastructure works consultancy services.
   
   II.1.3) Type of contract: SUPPLIES   
   II.1.4) Short Description: Construction Projects Consultancy Framework Agreement

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 02/07/2018

VI.6) Original notice reference:

   Notice Reference:    2018 - 225106   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 28/06/2018

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.1          
         Lot No: Not provided          
         Place of text to be modified: II.1.1          
         Instead of: Title: GSTT - Construction Projects Consultancy Framework Agreement          
         Read: Title: GSTT - Construction Projects Consultancy Framework Agreement
                                    
   
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=330379614


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          Maudsley Hospital
          Denmark Hill, London, SE5 8AZ, United Kingdom
          Email: procurement@gstt.nhs.uk
          Main Address: http://www.slam.nhs.uk/about-us/contact-us
          NUTS Code: UKI

View Award Notice