Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 8
Status Active
Published 11th Mar 2024
Reference | ocds-h6vhtk-044746 |
Common Procurement Vocabulary | Electrical installation work |
Procurement Method | Restricted procedure |
Value | £34,950,000 |
No location provided
Category Works
Type
No. of Lots 8
Status Active
Published 11th Mar 2024
Reference | ocds-h6vhtk-044746 |
Common Procurement Vocabulary | Electrical installation work |
Procurement Method | Restricted procedure |
Value | £34,950,000 |
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
Contact
Procurement Standards Branch
Procurementstandards.cpd [at] finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 - Electrical installation work
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
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
II.2.1) Title
Lot 1 - Royal Group of Hospitals
Lot No
1
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
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
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.2.10) 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
II.2) Description
II.2.1) Title
Lot 2 - Belfast City Hospital
Lot No
2
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
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
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.2.10) 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
II.2) Description
II.2.1) Title
Lot 3 - Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community
Lot No
3
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
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
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.2.10) 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
II.2) Description
II.2.1) Title
Lot 4 - Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Belfast Community
Lot No
4
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
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
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.2.10) 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
II.2) Description
II.2.1) Title
Lot 5 - Royal Group of Hospitals (Reserve to Lot 1)
Lot No
5
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
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
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.2.10) 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
II.2) Description
II.2.1) Title
Lot 6 - Belfast City Hospital (Reserve to Lot 2)
Lot No
6
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
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
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.2.10) 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
II.2) Description
II.2.1) Title
Lot 7 - Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community (Reserve to Lot 3)
Lot No
7
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
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
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.2.10) 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
II.2) Description
II.2.1) Title
Lot 8 - Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Belfast Community (Reserve to Lot 4)
Lot No
8
II.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
II.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
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
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.2.10) 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
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 8
IV.1.8) Information about the 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 April 2024
Local time
3:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 10 January 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
Procurementstandards.cpd [at] finance-ni.gov.uk
Country
United Kingdom