New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

NHS Greater Glasgow and Clyde

New South Glasgow Hospitals Project

Pre-Qualification Questionnaire

New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Contents

1.0 Introduction

2.0 Pre-Qualification Questionnaire

Section A – Bidder Details

Section B – Economic and Financial Standing

Section C – Technical and Professional Ability

Section D – Information on Advisers

Section E – Declaration

Appendix 1 – Weighting Matrix

Appendix 2 – Client Reference Pro-Forma

2 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

1.0 Introduction

1.1 Purpose of PQQ

This pre-qualification questionnaire ("PQQ") will be used by Greater Glasgow & Clyde Health Board (the "Board") to assess the economic and financial standing and the technical ability of organisations expressing an interest in bidding for the New South Glasgow Hospitals Project (the "Project") as advertised in OJEU notice [insert reference and date].

The memorandum of information ("MOI") accompanying this PQQ provides further information about the Board and the Project.

The Board is procuring the Project in accordance with the Public Contracts (Scotland) Regulations 2006 using the competitive dialogue procedure. The Board intends to limit the number of Bidders that will be invited to participate in the competitive dialogue to a maximum of 5 and a minimum of 3 in accordance with the process set out at section 1.11.

In this PQQ the term "Bidder" refers to the organisation that will enter into the contract with the Board. The term "Relevant Organisation" refers to an organisation identified in section A4.

1.2 Structure of PQQ

Bidders must adhere to the format of this PQQ when answering the questions. Bidders must complete all sections of the PQQ and supply any additional information as required. Where a section is not applicable this should be clearly stated. Where questions cannot be answered fully, please provide a relevant explanation and details. Failure to answer all of the questions or to provide all of the requested information may result in the submission being given no further consideration by the Board. Any additional information supplied must be clearly marked, relating to the section and relevant question, the Bidders name must also be clearly marked on any supplementary information. No general marketing literature will be accepted or considered as part of the Bidders responses.

Bidders must return the signed declaration set out at Section E with their completed PQQ responses.

1.3 Additional Information

All requests for clarification or further information in respect of this PQQ should be e-mailed to:

Carol Craig NHS Greater Glasgow & Clyde St. Andrews House 80 Queen Elizabeth Avenue Hillington Glasgow G52 4NQ

Tel: 0141 892 6700 Fax: 0141 892 6701 Email: [email protected]

3 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

No approach of any kind in connection with this PQQ should be made to any other person within, or associated with, the Board.

If the Board considers that any question or request for clarification or further information is of material significance, both the question and the Board's response will be communicated, in a suitably anonymous form, to all Bidders who have responses, expressed an interest or those that show an interest before the closing date for submission of the PQQ responses.

The Board reserves the right to require a Bidder to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in this PQQ.

1.4 Costs

The Board will not be liable for any costs and expenses incurred by Bidders or any Relevant Organisations in connection with the preparation of their responses to this PQQ or any later bid at any stage during the tendering process.

1.5 Disclaimer

The information contained within this PQQ and the MOI has been prepared in good faith by the Board and its advisers for the guidance of the Bidders. No warranty or representation is given as to the accuracy or completeness of any such information and the Board and its advisers shall not be under any liability for any error, misstatement or omission.

Nothing contained within this PQQ or the MOI shall constitute any contract or any form of undertaking or offer on the part of Board.

Under no circumstances shall the Board incur any liability in respect of this PQQ or any supporting documentation.

1.6 Right to Vary or Cancel Process

The Board reserves the right to reject all or any of the responses to this PQQ, to change the basis of or the procedures for the competitive tendering process or to terminate the process at any time without awarding a contract and in doing so will not be liable for the payment of any bid development costs to the Bidder or any Relevant Organisation. .

1.7 Freedom of Information

The Board is committed to meeting its legal responsibilities under the Freedom of Information (Scotland) Act 2002. Accordingly, all information submitted to the Board may need to be disclosed by the Board in response to a request under the Act.

If a Bidder considers that any of the information included in its PQQ response is commercially sensitive, it should identify it and explain what harm may result from disclosure if a Freedom of Information request is received, and the time period applicable to that sensitivity.

Bidders should be aware that, even where they have indicated that information is commercially sensitive, the Board may be required to disclose it under the Act.

4 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Bidders should also note that the receipt of any material marked "confidential" or equivalent by the Board should not be taken to mean that the Board accepts any duty of confidence by virtue of that marking.

1.8 Submission of PQQ Responses

Bidders must submit their responses to this PQQ (accompanied by the signed declaration set out at Section E) by 1300hrs on 20 March 2009.

Responses should be submitted in the following format;

 5 paper copies

 5 composite (single) Adobe Acrobat pdf electronic copy on disc (one with each paper copy to comprise an individual pack).

Responses should be submitted to:

Carol Craig NHS Greater Glasgow & Clyde St. Andrews House 80 Queen Elizabeth Avenue Hillington Glasgow G52 4NQ

Tel: 0141 892 6700 Fax: 0141 892 6701 Email: [email protected]

1.9 Confidentiality

Any information documents issued by the Board must be treated as private and confidential. Release of these documents to any third party must be with the written consent of the Board.

1.10 Canvassing and Collusion

Direct or indirect canvassing of any member, representative, employee or adviser of the Board concerning the Project, or any attempt to procure information from any such person concerning this PQQ may result in the disqualification of the Bidder from the bidding process for the Project.

Bidders must not exchange information in respect of this PQQ or their responses to them. Failure to comply with this condition may result in disqualification of the relevant Bidders from the bidding process for the Project.

5 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

1.11 Bidder Selection

Parties interested in bidding for the Project are required to submit a completed pre- qualification questionnaire ("PQQ"). Responses to the PQQ will be evaluated as follows to identify the Bidders that will be invited to participate in dialogue with the Board:

 The Board will undertake a two-stage evaluation process which includes a preliminary and then more detailed assessment of the PQQ as detailed in sections 1.11.1 and 1.11.2 below;

 Where required, as part of the detailed evaluation, Bidders may be asked to attend an interview to clarify and test PQQ responses related to technical capability, capacity and financial standing;

 Following evaluation of the PQQs (including any interviews), the Board envisages a minimum of three and maximum of five Bidders will be selected to proceed to the next stage of the procurement. The NSGH Executive Board will be asked to ratify the decision of the evaluation and approve the short list to whom the ITPD documentation will be issued.

1.11.1 Preliminary evaluation

The preliminary evaluation is designed to determine whether or not Bidders’ responses comply with the PQQ’s basic requirements. The following will be taken into account:

 Completeness of information;

 Responses to "pass/fail" questions;

 Demonstration of relevant technical experience (at least one £200m+ healthcare project undertaken in the last three years); and

 Eligibility/Form of Good Standing.

1.11.2 Detailed evaluation

The detailed evaluation involves evaluating and scoring bidder responses to the PQQ according to pre-defined criteria. Each scored question is weighted, and the weighted scores feed through into an overall quantitative assessment of:

 technical capability (in terms of experience, working practices and structure);

 capacity (in terms of expertise and availability); and

 financial and economic standing.

The weighting to be applied between the evaluation areas and sections of the PQQ are as set out the under noted Table 1 – Prequalification Weighting. The “General Evaluation” allows the Board to assess the overall response, such as the overall structure of the bid and the overall quality of the submission. Individual weighting attributed to individual PQQ questions are identified in Appendix 1.

6 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Capability Capacity Financial PQQ Section (wtg) (wtg) (wtg) Total (%)

Section A - Bidder Details 12 4 0 16 Section B - Financial Standing 0 0 26 26 Section C - Technical Ability 41 4 1 46 Section D - Information on Advisers 12 0 0 12 Sub-totals 65 8 27 100 Weighted to 90% 58.5 7.2 24.3 90 General Evaluation - - - 10 Grand Total 100

Table 1 – Prequalification Weighting

The scoring assessment to be utilised is as identified in Table 2 – Prequalification Scoring Assessment.

Assessment Score Very Poor - completely fails to demonstrate required capacity and capability 0

Poor - limited evidence of required capacity and capability 1 - 4

Satisfactory - provides sufficient evidence of required capability and capacity to undertake the project. 5 - 6

Good - shows good evidence of capacity and capability that meet the project requirements, and in some areas shows innovation in excess of the project requirements. 7 - 8 Very Good - shows considerable evidence of capacity and capability in all areas, shows and exhibits innovation in excess of the project requirements in most areas. 9 - 10

Table 2 – Prequalification Scoring Assessment

1.12 Consortia and Sub-contracting Arrangements

The Board envisages contracting with a single entity, however this does not preclude expressions of interest from parties proposing consortium, joint venture and/or subcontracting arrangements.

The Board recognises that arrangements in relation to consortia (if applicable) and sub- contracting may be subject to future change. Bidders should therefore respond in the light of arrangements as currently envisaged. Bidders are reminded that any future change in relation to consortia (if applicable) and sub-contracting must be notified to the Board so that it can make a further assessment by applying the evaluation criteria and process set out at section 1.11 to the new information provided.

7 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Pre-qualification Questionnaire

Section A Bidder Details

To be completed by the organisation the Board shall contract with.

A1 Bidder Name:

Address:

Telephone: Fax: E-mail:

Bidder’s Authorised Representative (person for contact purposes)

Name: Address:

Telephone: Fax: Email:

Declaration that must be signed by the Bidder is at the end of the document in Section E

A2 Where Bidder is a limited company:

Registered Name: Current Trading Name: Previous Trading Names (if different): Registered Address (if different to A1):

8 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Telephone (if different to A1): Fax (if different to A1): E-mail (if different to A1): Registered No: Year of Registration: Country of Registration:

A3 Please provide an organisation chart and details of your proposed bidding structure and (if different) your proposed contracting arrangements. In particular please identify any proposed consortia or joint venture arrangements, sub-contracting arrangements and advisory team. Please also indicate where you envisage using other, as yet unidentified, sub-contractors or advisers.

A4 Please indicate the organisations ("Relevant Organisations") that will undertake the following roles and note the sections of this PQQ that they are required to complete. Please provide the names of the key team members from these organisations who are likely to be involved in the bid and identify the aspect(s) of the scheme for which they will have responsibility (A = Adult Hospital, C = Children's Hospital, L = Labs):

9 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Role PQQ Name of Organisation Key Team Members Section (Full Title) Bidder B

Construction C Contractor(s) Key construction C supply chain partners (max 5nr) Project Management D (if not by Contractor)

Architectural Design

Healthcare Planning

Mechanical & Electrical Engineering Design Structural Engineering Design Civil Engineering Design Others – please identify

Please provide CVs for the key team members identified above. Each CV should include details relevant to the project and should be no more than one page in length. All relevant CVs can be submitted in relation to the Construction Contractor, with a maximum of 10 per organisation for the other roles. If a role is being performed by more than one organisation (e.g. two architecture firms) a maximum of 10 per organisation (firm) to be provided.

A5 Include a statement providing details of the capacity of key persons listed in A4 to allocate sufficient time to the project. Identify any existing or future potential time conflicts for each key person.

A6 Provide details of previous experience where the Bidder or any combination of Relevant Organisations have worked together in health care or other relevant projects in the last three years. Projects should be listed in order of decreasing capital value. If any projects are listed as withdrawn, please state the reasons for withdrawal.

10 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Project Capital Healthcare/ Bidder/ Status of Dates Name Cost Non Relevant Project involved and Healthcare Organisations (PQQ/ ITN/ £m Client involved Pref.Bidder/ name Build/ Operate/ Cancelled/ Withdrawn at which stage

A7 Provide details including contact name, address, telephone and fax number and email address of three client references from projects listed in A6. Bidders are required to provide relevant clients with the proforma in Appendix B, with the relevant client to submit the completed pro-forma direct to the Board on or before the date for PQQ submission.

A8 Are there any grounds applicable to the Bidder or any other organisation listed in A4 pursuant to which a Bidder must or may be rejected under Regulation 23 of the Public Contracts (Scotland) Regulations 2006?

A9 Identify any potential conflicts of interest that may arise if the Bidder were to be selected (taking into account all Relevant Organisations), and how these will be dealt with. In particular, please deal with any potential conflicts where:

 a Relevant Organisation has carried or is carrying out any work for the Board in the last 3 years;

 a Relevant Organisation is potentially providing services for more than one prospective Bidder in respect of this Project or procurement process.

11 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Section B – Economic and Financial Standing 1 The purpose of the PQQ is to establish the capability and capacity of the Bidder for the carrying out of the works as set out in the OJEU advertisement and MOI.

2 The Board must therefore be furnished with sufficient information to allow for a judgement of the financial standing of the Bidder. At this stage it is envisaged that the Bidder may take one of the following forms:

► A company (that may be part of group) that proposes to carry out all material elements of the Project requirement with its own (or group) resources; or

► A special purpose vehicle ("SPV") set up for the purpose of fulfilling the Project requirements that will in effect pass all responsibility for delivery to related contracting companies.

The financial information detailed below must be provided by the Bidder. Where an SPV is to be established, the information must be provided by each of the component companies that will form the SPV.

Financial information to be provided for assessment

B1 Historical Financial Information 3 All companies responding to this Question B1 must provide:

 Audited accounts for the previous 3 accounting periods as filed with the Companies Register (or equivalent):

4 Where the last accounting reference date is more than six months prior to the submission date please provide either

a. Interim financial statements or

b. Management Accounts with an “accountants certificate”

 Details of any post balance sheet events either from the last audited accounts or management accounts that would be required to be adjusted for under IAS 10

 Copies of any company announcements to the authorities of the stock exchange or market of bourse on which the company shares are traded since the date of publication of the last financial statements.

B2 Group and Related Party Financial Information 5 Where a company responding to this Question B2 is part of a group it is important to understand the financial relationship between the respondent company and that group. Information to be provided should include:

1. Historical financial information for the group as set out in B1 above;

2. Indication of what existing financial guarantees and security exist between group companies and the responding company; and

3. Details of any financial guarantee that is in place between the parent/sister companies and the respondent company.

12 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

B3 Funding Information 6 Whilst the Project will be funded by Scottish Government on a capital basis, there is likely to be a significant working capital requirement placed upon the contractor chain. It will be necessary for the contractor to demonstrate that it has sufficient funding in place to allow it to fund the peak expenditure for a number of months. This may be in the order of £30m.

7 Letters of support form the Bidder's lenders for this amount at least should be provided.

8 The Board will also seek to ensure that the risk of contractor default is managed and as such Bidders should indicate :

a. Their experience of providing performance bonds; and

b. Their proposals for obtaining such a bond for this Project;

Bidders will be assessed upon their experience of undertaking projects of this scale in both the health and other sectors. In financial terms they should disclose where they have:

c. Completed facilities of similar scale, and the funding they raised to complete the project; and

d. Any existing contracts that may make additional calls upon existing corporate funding facilities and the timescales of such potential calls.

B4 Subcontract and Joint Venture Arrangements If it is proposed that the Bidder will be a special purpose vehicle/joint venture then it will be necessary to provide all the financial information above and, in addition, an indication of the financial and risk sharing arrangements that are in place.

Where a JV/SPV structure is proposed the Bidder must demonstrate that the partnership arrangements are sufficient to ensure robust delivery of the Project requirements and that the risk profile is fully disclosed.

Where a subcontracting solution is proposed, the Bidder must demonstrate that the contracting arrangements will allow for appropriate allocation of risk to bodies capable of delivering the output requirements of the Project.

The bidder should indicate:

 The party that is taking the lead/majority share  What risk and profit sharing arrangements will be  If members of the consortia can be swapped out and on what basis  What the decision making arrangements are in place/envisaged

13 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Section C – Technical and Professional Ability

To be completed by the Construction Contractor and any key construction supply chain partners identified in Section A4. If more than one contractor, the portion(s) of work they shall be responsible for is to be identified. (A = Adult Hospital, C = Children’s Hospital, L = Labs).

C1 Details of Organisation

Registered Name: Current Trading Name: Previous Trading Names (if different): Registered Address:

Telephone: Fax: E-mail: Registered No: Year of Registration: Country of Registration:

C2 Type of Organisation

Private Limited Company Public Limited Company Partnership UK registered branch of overseas company Other (please specify)

C3 Parent or Holding Companies

If the organisation named in C1 is a subsidiary of another organisation, please:

 Name the parent or holding company and indicate what interest the parent of holding company has in the company in C1

 If the parent company will be providing a guarantee to support the obligations of the named contractor in C1, provide a statement from the parent company stating that it is, in principle, prepared to support the contracting company, including the provision of performance guarantees;

 Provide the information required in C9 and C10. C4 Healthcare Experience

14 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Provide details of healthcare projects undertaken in the last three years including the extent of the services or works for which the organisation was responsible and the dates of the organisation‘s involvement. As a minimum, at least one project (undertaken by the construction contractor) must be £200m+ in value. Projects which are particularly relevant to the scope of this scheme (as set out in the MoI) should be highlighted. Any specific experience of live hospital sites should be clearly identified, as should particular areas of innovation. Any project information/descriptor should be limited to one side A4 (font size 10pt) per project.

Project Name Capital Status of Dates of Organisation’s and Client Name Cost project involvement role Provide name of £m main Contractor if you were subcontracted

C5 Other Relevant Experience (Major Projects)

Provide any evidence of non-health projects that demonstrate the organisation’s experience in the last three years relevant to its proposed role in the Project. Projects which are particularly relevant to the scope of this scheme (as set out in the MoI) should be highlighted. Any specific experience of live operational environments should be clearly identified. Similarly, particular areas of innovation should be highlighted. Any project information/descriptor should be limited to one side A4 (font size 10tp) per project.

Project Name and Capital Status of Dates of Organisation’s Client Name Cost project involvement role Provide name of £m main Contractor if you were subcontracted

15 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

C6 Other Relevant Experience (NEC/Partnering Contracts)

Provide any evidence of projects that demonstrate the organisation’s experience in the last three years relevant to its proposed role in the Project. Any specific experience of live operational environments should be clearly identified. Similarly, particular areas of innovation should be highlighted. Any project information/descriptor should be limited to one side A4 (font size 10pt) per project.

Project Name and Capital Status of Dates of Organisation’s Client Name Cost project involvement role Provide name of £m main Contractor if you were subcontracted

C7 Please provide a narrative (not more than 500 words) explaining your approach, experience and methodologies/systems to manage supply chains and programme manage construction planning and execution processes under a Target Price contract arrangement. (This question C7 to be completed by the Construction Contractor(s) only).

16 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

C8 Please provide a narrative (not more than 500 words) explaining your approach, experience and methodologies/systems to manage and provide an extended defects liability period/compliance period post-construction. This to further identify experience of post occupancy evaluation and cost in use assessments in healthcare projects. (This question C8 to be completed by the Construction Contractor(s) only).

17 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

C9 Give details of any projects for contracts in excess of £1 million in which the organisation has been involved where there has been a failure to complete (by the scheduled completion date) or where there have been claims for damages, or where damages have been deducted or reserved within the last three years and where the amount of damages (claimed or ordered) is greater than £100,000. Include, for each project, reasons for the failure or claim.

C10 Provide a statement of any material non-employment related litigation (pending, threatened or determined) or other legal proceedings against the organisation within the last three years that may affect the Bidder’s ability to deliver this project or any of the projects in C4 to C5. Exclude debt collection below a threshold of £5,000.

C11 Provide details including contact name, address, telephone and fax number, and E-mail for a total of three Client references from projects listed in C4, C5 and C6 (at least one reference must be from C4). Bidders are required to provide relevant clients with the proforma in Appendix B, with the relevant client to submit the completed pro-forma direct to the Board on or before the date for PQQ submission.

Quality assurance / Health & Safety / Environmental

C12 Does the organisation have, or is it seeking, certification under International, European, British or other quality standards (e.g. BS5750, BS EN ISO 9000 etc)? State the relevant quality standards.

C13 Enclose copies of the written statement (as required by section 2(3) of the Health and Safety at Work Act 1974 and regulation 4 of the Management of Health and Safety at Work Regulations 1992) (or EU member state equivalent) of the Relevant Organisation’s

 General policy on health and safety at work  Allocation of organisational responsibilities at work  Adopted preventive and protective measures, such as safety codes of practice and safety instructions, relevant to the type of projects proposed, and its adopted arrangements for the effective planning, control, monitoring and review of these preventive and protective measures.

C14 State the name and status of the person responsible for the implementation of the organisation’s Health and Safety policy.

C15 Give brief details of safety audits and inspections carried out in similar activities to this Project, including details of frequency, whether records are kept and who is responsible for any remedial action.

C16 State (and provide brief details if necessary) whether any Prohibition Notices or Improvement Notices (or EU equivalent) have been served on the organisation or any of its directors/managers in the last three years with respect to health and safety or fire safety issues in relation to building projects and facilities management contracts or similar activities.

C17 State the number of fatal accidents and major injury accidents (requiring immediate notification to the relevant Health and Safety enforcing authority) which have occurred to (a) the organisation’s employees over the past three years arising from the conduct of activities similar to those covered by building projects or similar activities; (b) people other than its employees (e.g. members of the public) over the past three years arising from the conduct of such activities.

18 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

C18 State whether there is or will be an environmental policy and/or “green” policy for any service likely to be provided in the proposed Project. If so, please state which part of the service the policy relates to.

C19 Please state whether the Relevant Organisation operates an Environmental Management System (EMS) and if so, whether the EMS meets the standards in BS7750, ISO14001, EMAS or equivalent.

C20 In order to demonstrate expertise in low carbon design and whole site energy strategies, the organisation should provide examples of design and/or construction of acute healthcare schemes (>£20m) which have delivered one or more of the under noted items. Any project/activity descriptor should be limited to two sides of A4 per project (font size 10pt).

 measured (not calculated) in-use energy less than 55GJ/100m3;

 achievement of independently audited NEAT Excellent or equivalent standard;

 integrated, renewable energy sources contributing more than 10% of the total building energy demand (including identification of any schemes where grants were successfully applied for);

 independently verified evidence that cooling was avoided to all non-clinical areas by passive means and that overheating was fully compliant with either (S)HTM2025 or HTM03-01 or equivalent standard;

 an active energy manager directly employed by the organisation on an operational site controlling energy use to 55GJ/100m3 (new build sites) or 65GJ/100m3 (mixed sites).

Examples should identify which design and construction members were involved, how the results were achieved, contact details for client references for verification purposes and, in the case of measured energy use, the floor area and heated volume plus the previous years total operational energy use (broken down into electrical and fossil fuel).

19 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Employment

C21 The organisation should provide:

 details of its policies for the training and supervision of staff. This should include, but not be limited to, training and supervision on health and safety matters; and

 details of its policies for the promotion, delivery and monitoring of Equal Opportunities.

C22 The organisation should name its Community Benefits/Corporate Social Responsibility director/officer and provide examples of its involvement in each of the following in relation to Community Benefit initiatives:

 Maximising recruitment & training opportunities;

 Developing SME businesses; and

 Developing Social Enterprises.

Any project/initiative descriptor should be limited to one side of A4 per project (font size 10pt) and should identify the organisations exact involvement in each of the activities as well as identifying which of the examples cited have been more successful, and which have been less successful, and why.

C23 How many staff are currently employed directly in the field of construction generally and healthcare specifically

Staff Type All All Healthcare Healthcare only only Full Time Part Time FullTime Part Time

Managerial/ Supervisory Operational (Permanent) Operational (Casual)

Total

C24 Provide a statement of your organisation’s average annual manpower over the past three years.

Staff Type 2008 2007 2006 Managerial/ Supervisory Operational (Permanent) Operational (Casual) Total

20 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

C25 Provide details of staff turnover as a percentage of the workforce for the last three years.

Staff Type Turnover (%)

2008 2007 2006

Managerial/ Supervisory Operational (Permanent) Operational (Casual) Total

21 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Section D – Information on Advisers

All the Advisers identified at A4 should complete this section separately.

D1 Details of Organisation

Registered Name: Current Trading Name: Previous Trading Names (if different): Registered Address:

Telephone: Fax: E-mail: Registered No: Year of Registration: Country of Registration:

D2 Type of Organisation

Private Limited Company Public Limited Company Partnership UK registered branch of overseas company Other (please specify)

22 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

D3 Healthcare Experience

Provide details of healthcare projects undertaken in the last three years including the extent of the services or works for which the organisation was responsible and the dates of the organisation‘s involvement. Please limit to 12 entries. Projects which are particularly relevant to the scope of this scheme (as set out in the MoI) should be highlighted. Any specific experience of live hospital sites should be clearly identified, as should particular areas of innovation. Any project information/descriptor should be limited to one side A4 (font size 10pt) per project.

Project Name Capital Cost Status of Dates of Services and Client project involvement provided/ £m Name Company’s role

D4 Other Relevant Experience (Major Projects)

Provide any evidence of non-health projects that demonstrate the organisation’s experience in the last three years relevant to its proposed role in the project. Please limit to 12 entries. Any specific experience of live operational environments should be clearly identified. Similarly, particular areas of innovation should be highlighted. Any project information/descriptor should be limited to one side A4 (font size 10tp) per project.

Project Name Capital Cost Status of Dates of Services and Client project involvement provided/ £m Name Company’s role

23 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

D5 Provide an analysis of the staff currently employed in healthcare projects according to seniority as follows:

Grade Health Projects No % Partner Director Senior Manager Manager Other (specify) Totals

24 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Section E – Declaration

I certify that the information supplied in the questionnaire is accurate to the best of my knowledge.

I agree to be bound by the conditions set out in Section 1 of the PQQ.

I also understand it is a criminal offence, punishable by imprisonment, to give or offer any gift or consideration whatsoever as an inducement or reward to any servant of a public body and that such action will empower the Board to exclude the Bidder or Relevant Organisation from the selected list of Bidders.

I agree that the Board may, if it so wishes, make inspections of completed projects, the details of which will be provided if required by the Board.

I hereby declare that I am authorised by the under mentioned Bidder and its member companies to supply the information given above and, at the date of signing, the information given is a true and accurate record.

Signed: ______

Name: ______

Position: ______

Per pro: ______

Date: ______

The declaration must be signed by an authorised signatory, in his/her own name, and for and on behalf of the Bidder and Relevant Organisations.

Please return this form with your completed questionnaire.

Appendix 1 – Weighting Matrix

25 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

26 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire

Appendix 2 – Client Reference Pro-Form

27 New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire New South Glasgow Hospitals (NSGH) Project Pre-Qualification Questionnaire