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

SE2546622 -TSC Sehsct Framework for Building Maintenance and Minor Building Works

  • First published: 25 October 2019
  • Last modified: 25 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:
South Eastern Health and Social Care Trust
Authority ID:
AA74245
Publication date:
25 October 2019
Deadline date:
29 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The South Eastern Health and Social Care Trust Estates Department is seeking to appoint a maximum of 2 No economic operators for the provision of building maintenance and minor building works via a term service short contract. In addition to the 2 economic operators appointed to 2 lots, a further 2 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 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 one year beyond the initial 3 year term of the framework.

Full notice text

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=2546622


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=2546622


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=2546622


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

SE2546622 -TSC Sehsct Framework for Building Maintenance and Minor Building Works

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 No economic operators for the provision of building maintenance and minor building works via a term service short contract. In addition to the 2 economic operators appointed to 2 lots, a further 2 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 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 one year beyond the initial 3 year 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 of 2 lots as follows:

— Lot 1: Ulster Hospital and Community,

— Lot 2: Down Lisburn Hospitals and Community.

In addition 2 No contractors shall be appointed to reserve status for each of the lots.

Economic operators shall be appointed to 1 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)

45215100

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 No economic operators for the provision of building maintenance and minor building works via a term service short contract. In addition to the 2 economic operators appointed to 2 lots, a further 2 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 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 one year beyond the initial 3 year term of the framework.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

The framework agreement shall be awarded for a period of 3 years duration 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.2.9) 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)

45215100

45310000

45350000

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

Down and Lisburn Hospitals 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 No economic operators for the provision of building maintenance and minor building works via a term service short contract. In addition to the 2 economic operators appointed to 2 lots, a further 2 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 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

Criteria below:

Price

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 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.2.9) 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.1.2) 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 one 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: 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.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/11/2019

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 southern 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 Southern 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:

(i) to award one, some, all or no lots;

(ii) 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

(iii) 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

Construction Procurement Delivery CPD, Department of Finance NI

Belfast

BT3 9ED

UK

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

VI.5) Date of dispatch of this notice

23/10/2019

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45310000 Electrical installation work Building installation work
45350000 Mechanical installations 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:
Construct.info@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.