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

BE2504468-TSC: Framework for Building Maintenance and Minor Building Works For Belfast Health Trust

  • First published: 04 October 2019
  • Last modified: 04 October 2019

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:
Published by:
Belfast Health & Social Care Trust
Authority ID:
AA27780
Publication date:
04 October 2019
Deadline date:
12 November 2019
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 No economic operators to a framework, under which the contracting authority may enter into NEC4 Term Service Short Contracts for the provision of building maintenance and minor building works, for a term of 4 years. The framework will be divided into 4 lots, that is, successful economic operators will be allocated to a particular geographical lot. The call-off Contracts will incorporate, building, joinery, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings. The contracting authority shall appoint separate NEC4 Term Service Short Contracts with electrical, mechanical and asbestos removal economic operators.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Belfast Health and Social Care Trust

Trust Headquarters, A FloorBelfast City Hospital, 51 Lisburn Road

Belfast

BT9 7AB

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.2) Joint procurement

The contract is awarded by a central purchasing body

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=2504468


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=2504468


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=2504468


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

BE2504468-TSC: Framework for Building Maintenance and Minor Building Works For Belfast Health Trust

Reference number: 1819-P-178

II.1.2) Main CPV code

45210000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The contracting authority is seeking to appoint up to 8 No economic operators to a framework, under which the contracting authority may enter into NEC4 term service short contracts for the provision of building maintenance and minor building works, for a term of 4 years. The framework will be divided into 4 lots, that is, successful economic operators will be allocated to a particular geographical lot. The call-off contracts will incorporate, building, joinery, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings. The contracting authority shall appoint separate NEC4 Term Service Short contracts with electrical, mechanical and asbestos removal economic operators.

II.1.5) Estimated total value

Value excluding VAT: 90 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Economic operators may be awarded framework agreements for up to 2 No Lots or 1 No Lot and 1 No Reserve or 2 No Reserves, based on their ranking for each lot and, if applicable, the economic operators order of preference.

Should there be insufficient compliant submissions received the contracting authority reserves the right to award further lots or reserves, to an economic operator.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1: Royal Group of Hospitals

II.2.2) Additional CPV code(s)

45210000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Royal Group of Hospitals.

II.2.4) Description of the procurement

The contracting authority is seeking to appoint up to 8 No economic operators to a framework, under which the contracting authority may enter into NEC4 Term Service Short Contracts for the provision of building maintenance and minor building works, for a term of 4 years. The framework will be divided into 4 lots, that is, successful economic operators will be allocated to a particular geographical lot. The call-off Contracts will incorporate, building, joinery, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings. The contracting authority shall appoint separate NEC4 Term Service Short Contracts with electrical, mechanical and asbestos removal economic operators.

II.2.5) Award criteria

Criteria below:

Price

II.2.6) Estimated value

Value excluding VAT: 30 000 000.00  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

Envisaged number of candidates: 12

Objective criteria for choosing the limited number of candidates:

It is anticipated that the 12 economic operators that satisfy:

— the completeness and compliance checks,

— the criteria for the rejection of economic operators,

— the information as to economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 12th place, then all economic operators in 12th place will be invited to tender. For the purposes of this exercise a tie for 12th place is deemed to occur where 2 or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 12th place score.

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)

45210000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Belfast City Hospital

II.2.4) Description of the procurement

The contracting authority is seeking to appoint up to 8 No economic operators to a framework, under which the contracting authority may enter into NEC4 Term Service Short Contracts for the provision of building maintenance and minor building works, for a term of 4 years. The framework will be divided into 4 lots, that is, successful economic operators will be allocated to a particular geographical lot. The call-off contracts will incorporate, building, joinery, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings. The contracting authority shall appoint separate NEC4 Term Service Short Contracts with electrical, mechanical and asbestos removal economic operators.

II.2.5) Award criteria

Criteria below:

Price

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: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 12

Objective criteria for choosing the limited number of candidates:

It is anticipated that the 12 economic operators that satisfy:

— the completeness and compliance checks,

— the criteria for the rejection of economic operators,

— the information as to economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 12th place, then all economic operators in 12th place will be invited to tender. For the purposes of this exercise a tie for 12th place is deemed to occur where 2 or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 12th place score.

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 Pk Hospital, Knockbracken HC Pk, SE Community

II.2.2) Additional CPV code(s)

45210000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community.

II.2.4) Description of the procurement

The contracting authority is seeking to appoint up to 8 No economic operators to a framework, under which the contracting authority may enter into NEC4 Term Service Short Contracts for the provision of building maintenance and minor building works, for a term of 4 years. The framework will be divided into 4 lots, that is, successful economic operators will be allocated to a particular geographical lot. The call-off contracts will incorporate, building, joinery, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings. The contracting authority shall appoint separate NEC4 term service short contracts with electrical, mechanical and asbestos removal economic operators.

II.2.5) Award criteria

Criteria below:

Price

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: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 12

Objective criteria for choosing the limited number of candidates:

It is anticipated that the 12 economic operators that satisfy:

— the completeness and compliance checks,

— the criteria for the rejection of economic operators,

— the information as to economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 12th place, then all economic operators in 12th place will be invited to tender. For the purposes of this exercise a tie for 12th place is deemed to occur where 2 or more Economic Operators have identical scores or a score within 1 mark (out of a score of 100) of the 12th place score.

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 Hospital, Muckamore, NW Community

II.2.2) Additional CPV code(s)

45210000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Community.

II.2.4) Description of the procurement

The contracting authority is seeking to appoint up to 8 No economic operators to a framework, under which the contracting authority may enter into NEC4 Term Service Short Contracts for the provision of building maintenance and minor building works, for a term of 4 years. The framework will be divided into 4 lots, that is, successful economic operators will be allocated to a particular geographical lot. The call-off contracts will incorporate, building, joinery, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings. The contracting authority shall appoint separate NEC4 Term Service Short Contracts with electrical, mechanical and asbestos removal economic operators.

II.2.5) Award criteria

Criteria below:

Price

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: 48

This contract is subject to renewal: No

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

Envisaged number of candidates: 12

Objective criteria for choosing the limited number of candidates:

It is anticipated that the 12 economic operators that satisfy:

— the completeness and compliance checks,

— the criteria for the rejection of economic operators,

— the information as to economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 12th place, then all economic operators in 12th place will be invited to tender. For the purposes of this exercise a tie for 12th place is deemed to occur where 2 or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 12th place score.

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

III.2.2) Contract performance conditions

The Economic Operators’ (EO) performance will be regularly monitored. As part of its contract management procedures, the Contracting Authority (CA) 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 EO has received more than 1 current notice of written warning or a notice of unsatisfactory performance, the CA, 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-public-procurement-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: 8

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: 12/11/2019

Local time: 15:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 26/11/2019

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: 12 (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

CPD is assisting the contracting authority, Belfast Health and Social Care Trust, in conducting the procurement process for this requirement, but for the avoidance of doubt, the framework agreement will be entered into by the Belfast Health and Social Care Trust and the successful tenderers. CPD is administering this procurement on behalf of the contracting authority. The contracting authority expressly reserves the right:

(i) not to conclude any framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and

(ii) 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 framework conclusion is accordingly at the sole risk of the economic operator or candidate participating in this procurement process. 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. PQQs will be issued and should be returned via CPD's electronic tendering system (eTendersNI). Details regarding the operation of eTendersNI are contained within the Call for Tender. (CfT).

VI.4) Procedures for review

VI.4.1) Review body

Construction Procurement Delivery CPD, Department of Finance NI

Belfast

BT3 9ED

UK

Telephone: +44 2890816555

E-mail: construct.info@finance-ni.gov.uk

VI.5) Date of dispatch of this notice

02/10/2019

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering 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:
Colm.toner@belfasttrust.hscni.net
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.