Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

TERM SERVICE FRAMEWORK FOR ELECTRICAL MAINTENANCE AND MINOR INSTALLATION WORKS FOR BELFAST HEALTH AND SOCIAL CARE TRUST (2024)

  • First published: 12 March 2024
  • Last modified: 12 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044746
Published by:
Belfast Health and Social Care Trust
Authority ID:
AA77992
Publication date:
12 March 2024
Deadline date:
16 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Belfast Health and Social Care Trust

A Floor Belfast City Hospital, Lisburn Road

BELFAST

BT9 7AB

UK

Contact person: Procurement Standards Branch

E-mail: Procurementstandards.cpd@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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


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

TERM SERVICE FRAMEWORK FOR ELECTRICAL MAINTENANCE AND MINOR INSTALLATION WORKS FOR BELFAST HEALTH AND SOCIAL CARE TRUST (2024)

II.1.2) Main CPV code

45310000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.1.5) Estimated total value

Value excluding VAT: 34 950 000.00  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: 2

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Royal Group of Hospitals

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

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: 18 000 000.00  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:

As stated in Procurement Documents

II.2.9) Information about the limits on the number of candidates to be invited

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

Lot 2 - Belfast City Hospital

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

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: 6 000 000.00  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:

As stated in Procurement Documents

II.2.9) Information about the limits on the number of candidates to be invited

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: 3

II.2.1) Title

Lot 3 - Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

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: 6 000 000.00  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:

As stated in Procurement Documents

II.2.9) Information about the limits on the number of candidates to be invited

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: 4

II.2.1) Title

Lot 4 - Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Belfast Community

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

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: 6 000 000.00  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:

As stated in Procurement Documents

II.2.9) Information about the limits on the number of candidates to be invited

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: 5

II.2.1) Title

Lot 5 - Royal Group of Hospitals (Reserve to Lot 1)

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

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: 1.00  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:

As stated in Procurement Documents

II.2.9) Information about the limits on the number of candidates to be invited

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: 6

II.2.1) Title

Lot 6 - Belfast City Hospital (Reserve to Lot 2)

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

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: 1.00  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:

As stated in Procurement Documents

II.2.9) Information about the limits on the number of candidates to be invited

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: 7

II.2.1) Title

Lot 7 - Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community (Reserve to Lot 3)

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

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: 1.00  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:

As stated in Procurement Documents

II.2.9) Information about the limits on the number of candidates to be invited

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: 8

II.2.1) Title

Lot 8 - Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Belfast Community (Reserve to Lot 4)

II.2.2) Additional CPV code(s)

45310000

II.2.3) Place of performance

NUTS code:

UKN0

II.2.4) Description of the procurement

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

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: 1.00  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:

As stated in Procurement Documents

II.2.9) Information about the limits on the number of candidates to be invited

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.1.2) 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

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: 8

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/04/2024

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

Tender must be valid until: 10/01/2027

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

Health Estates

Annex 2 Castle Buildings

BELFAST

BT4 3SQ

UK

E-mail: Procurementstandards.cpd@finance-ni.gov.uk

VI.5) Date of dispatch of this notice

11/03/2024

Coding

Commodity categories

ID Title Parent category
45310000 Electrical installation work Building installation work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Procurementstandards.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.