Contract notice
Section I: Contracting
authority
I.1) Name and addresses
South Eastern Health and Social Care Trust
Upper Newtownards Road, Dundonald
Belfast
BT16 1RH
UK
Contact person: Constructinfo
E-mail: Construct.info@finance-ni.gov.uk
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/cft/prepareViewCfTWS.do?resourceId=2893400
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2893400
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/cft/prepareViewCfTWS.do?resourceId=2893400
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
SEHSCT 2893400 — SEHSCT TSC Framework For Building Maintenance And Minor Works (Re-issue)
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
The South Eastern Health and Social Care Trust Estates Department is seeking to appoint a maximum of 2 Nr economic operators for the provision of building maintenance and minor building works via a term service short contract. In addition to the two economic operators appointed to two lots, a further two suppliers will be appointed as reserve economic operators. The contract may incorporate mechanical and electrical building services, civil engineering, roofing, flooring, windows, painting, glazing works, and other related specialist works. Further details of what services are likely to be included are shown in the Draft ITT Documents. The framework agreement shall be awarded for a period of 3 years duration subject to the on-going satisfactory performance of the economic operator. The contracting authority may implement an option to extend the framework for a period of up to 1 year beyond the initial 3-ear term of the framework.
II.1.5) Estimated total value
Value excluding VAT:
30 000 000.00
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: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The framework shall comprise 2 lots as follows:
Lot 1: Ulster Hospital and Community;
Lot 2: Down Lisburn Hospitals and Community.
In addition 2 NR contractors shall be appointed to reserve status for each of the lots. Economic operators shall be appointed to one lot, but could be required to carry out work in the other areas in accordance with the needs of the client.
II.2) Description
Lot No: 1
II.2.1) Title
Ulster Hospital and Community
II.2.2) Additional CPV code(s)
45310000
45350000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
Ulster Hospital and Surrounding Community as indicated in the ITT.
II.2.4) Description of the procurement
The South Eastern Health and Social Care Trust Estates Department is seeking to appoint a maximum of 2 Nr economic operators for the provision of building maintenance and minor building works via a term service short contract. In addition to the two economic operators appointed to two lots, a further two suppliers will be appointed as reserve economic operators. The contract may incorporate mechanical and electrical building services, civil engineering, roofing, flooring, windows, painting, glazing works, and other related specialist works. Further details of what services are likely to be included are shown in the draft ITT documents. The framework agreement shall be awarded for a period of 3 years duration subject to the on-going satisfactory performance of the economic operator. The contracting authority may implement an option to extend the framework for a period of up to 1 year beyond the initial 3-year term of the framework.
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:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The framework agreement shall be awarded for a period of 3 years duration subject to the ongoing satisfactory performance of the economic operator. The contracting authority may implement an option to extend the framework for a period of up to 1 year beyond the initial three year term of the framework.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
See published PQQ documentation.
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
Lot No: 2
II.2.1) Title
Down and Lisburn Hospitals and Community
II.2.2) Additional CPV code(s)
45310000
45350000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
Down and Lisburn Hospitals and Community as indicated in the ITT.
II.2.4) Description of the procurement
The South Eastern Health and Social Care Trust Estates Department is seeking to appoint a maximum of 2 Nr economic operators for the provision of building maintenance and minor building works via a term service short contract. In addition to the two economic operators appointed to two lots, a further two suppliers will be appointed as reserve economic operators. The contract may incorporate mechanical and electrical building services, civil engineering, roofing, flooring, windows, painting, glazing works, and other related specialist works. Further details of what services are likely to be included are shown in the draft ITT documents. The framework agreement shall be awarded for a period of 3 years duration subject to the on-going satisfactory performance of the economic operator. The contracting authority may implement an option to extend the framework for a period of up to 1 year beyond the initial 3-year term of the framework.
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:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The framework agreement shall be awarded for a period of 3 years duration subject to the ongoing satisfactory performance of the economic operator. The contracting authority may implement an option to extend the framework for a period of up to 1 year beyond the initial 3-year term of the framework.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
See published PQQ documentation.
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 PQQ documentation.
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
The economic operator’s performance on this contract will be regularly monitored. As part of its contract management procedures, the contracting authority will use the protocol for managing poor supplier performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures:
https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. If an economic operator has received more than one current notice of written warning or a notice of unsatisfactory performance, the contracting authority, at its discretion, can consider an economic operator’s exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-publicprocurement-policy-applies.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 055-131395
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/08/2020
Local time: 15:00
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: 999 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The employer has appointed the following firms to act on its behalf in this procurement: Steve Brown Associates and JCP Consulting. Given their existing involvement in the project, none of the firm(s) listed above may act as a consultant for this procurement, or form part of any consortium or contractor's team. The contractor or the lead enterprise in the consortium must not contact any of the above firms with regard to this procurement CPD is assisting the contracting authority, the South Eastern Health and Social Care Trust, in conducting the procurement process for this requirement, but for the avoidance of doubt, the contract will be entered into by the South Eastern Health and Social Care Trust and the successful tenderers and CPD is not acting as a central purchasing body. The contracting authority expressly reserves the right to award. one, some, all or no lots or not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the authority be liable for any costs incurred by economic operators or candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the economic operator or candidate participating in this procurement process. This project will be used to progress the Government’s wider social, economic and environmental objectives. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a contract or framework agreement is withdrawn for any reason. Economic operators should take part in this process only on the basis that they fully understand and accept this position.
VI.4) Procedures for review
VI.4.1) Review body
Department of Finance, Construction Procurement Delivery Procurement Operations Branch
303 Airport Road West
Belfast
BT3 9ED
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months, where the court considers that there is a good reason for doing so).
VI.5) Date of dispatch of this notice
23/06/2020