Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Belfast Health and Social Care Trust
Estate Services Department, Musgrave Park Hospital, Stockman’s Lane,
Belfast
BT9 7JB
UK
Contact person: Colm Toner
E-mail: colm.toner@belfasttrust.hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
Tenders or requests to participate must be sent 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://etendersni.gov.uk/epps
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
BE4808706 - FRAMEWORKS FOR ASBESTOS CONSULTANCY SERVICES 2023 - 2027 FOR BELFAST HEALTH AND SOCIAL CARE TRUST
II.1.2) Main CPV code
71315100
II.1.3) Type of contract
Services
II.1.4) Short description
The Belfast Health and Social Care Trust (the Contracting Authority) is seeking to engage a total of three Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts, to provide consultancy services in connection with: 1) the Surveying, Identification, Analysis and reporting of asbestos containing materials, including the Material Assessment Algorithm and Priority Assessment Algorithm scoring in line with the Contracting Authorities Procedure; and 2) the Specification of asbestos containing materials removals, encapsulation and/or remediation works, as Principal Designers (CDM Regulations (NI) 2016); and 3) the Contract Management and Administration of asbestos containing materials removals, encapsulation and/or remediation works, including Cost Management; and 4) the Monitoring and Certification of asbestos containing materials removals, encapsulation and/or remediation works; and 5) the Development and Delivery of bespoke training; and 6) the Investigation and Reporting of Asbestos incidents, under separate (Lots) Framework Agreements of four years duration subject to the satisfactory performance of the successful Economic Operators and at the absolute discretion of the Contracting Authorities.
II.1.5) Estimated total value
Value excluding VAT:
2 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90650000
II.2.3) Place of performance
NUTS code:
UK
UKN
UKN0
UKN06
II.2.4) Description of the procurement
The Belfast Health and Social Care Trust (the Contracting Authority) is seeking to engage a total of three Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts, to provide consultancy services in connection with: 1) the Surveying, Identification, Analysis and reporting of asbestos containing materials, including the Material Assessment Algorithm and Priority Assessment Algorithm scoring in line with the Contracting Authorities Procedure; and 2) the Specification of asbestos containing materials removals, encapsulation and/or remediation works, as Principal Designers (CDM Regulations (NI) 2016); and 3) the Contract Management and Administration of asbestos containing materials removals, encapsulation and/or remediation works, including Cost Management; and 4) the Monitoring and Certification of asbestos containing materials removals, encapsulation and/or remediation works; and 5) the Development and Delivery of bespoke training; and 6) the Investigation and Reporting of Asbestos incidents, under separate (Lots) Framework Agreements of four years duration subject to the satisfactory performance of the successful Economic Operators and at the absolute discretion of the Contracting Authorities.
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:
2 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
Refer to procurement documents. In the event that there are more than 6 Economic Operators who meet the pre-qualification process, the CPD random selection process will be used to differentiate between them
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
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:
Refer to procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Refer to procurement documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/05/2023
Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
30/06/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Estate Services Department, Belfast Health and Social Care Trust
Estate Services Department, Musgrave Park Hospital, Stockman’s Lane,
Belfast
BT9 7JB
UK
E-mail: patrick.toal@belfasttrust.hscni.net
VI.4.2) Body responsible for mediation procedures
CPD - Construction Health Projects
303 Airport Road Wes
Belfast
BT3 9ED
UK
Internet address(es)
URL: https://www.finance-ni.gov.uk/publications/cpd-supplier-charter
VI.5) Date of dispatch of this notice
21/04/2023