Construction Tenders

25 April 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 31st Jan 2025

Tender Details
Referenceocds-h6vhtk-04da85
Common Procurement VocabularyEngineering services
Procurement MethodOpen procedure
Value£433,500
« Previous Page

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 31st Jan 2025

Tender Details
Referenceocds-h6vhtk-04da85
Common Procurement VocabularyEngineering services
Procurement MethodOpen procedure
Value£433,500

Section I: Contracting authority

I.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service

Pinewood Villa, Longstone Hospital, 73 Loughgall Road

Armagh

BT12 6HU

Email

palsarmagh.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Southern Health and Social Care Trust

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

Email

palsarmagh.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UKN - Northern Ireland

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.2) Information about joint procurement

The contract involves joint procurement

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

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

Provision of Authorising Engineer for Water and Fire Systems (5279046)

II.1.2) Main CPV code

  • 71300000 - Engineering services

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of Authorising Engineer for Water and Fire Systems (5279046)

II.1.5) Estimated total value

Value excluding VAT: £433,500

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

II.2) Description

II.2.1) Title

Lot 1 - Water Systems HTM 04-01

Lot No

1

II.2.2) Additional CPV code(s)

  • 71330000 - Miscellaneous engineering services
  • 71630000 - Technical inspection and testing services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71317210 - Health and safety consultancy services
  • 45232430 - Water-treatment work

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UK - United Kingdom

II.2.4) Description of the procurement

Provision of Authorising Engineer for Water and Fire Systems (5279046)

II.2.5) Award criteria

Quality criterion - Name: Non-Price Technical Envelope Social Value / Weighting: 10

Price - Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £229,500

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Contract is subject to renewal dependent on the clients requirements

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.2.14) Additional information

The estimated value stated in II.2.6 is for 2 years plus provision of 60 months extension period, plus 18 months emergency extension and includes 200 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.

II.2) Description

II.2.1) Title

Lot 2 - Fire Systems HTM 05-01 and HTM 05-03

Lot No

2

II.2.2) Additional CPV code(s)

  • 71330000 - Miscellaneous engineering services
  • 71630000 - Technical inspection and testing services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71317210 - Health and safety consultancy services
  • 45232430 - Water-treatment work

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
  • UK - United Kingdom

II.2.4) Description of the procurement

Provision of Authorising Engineer for Water and Fire Systems (5279046)

II.2.5) Award criteria

Quality criterion - Name: Non-Price Technical Envelope Social Value / Weighting: 10

Price - Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £204,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This Contract is subject to renewal dependent on clients requirements

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.2.14) Additional information

The estimated value stated in II.2.6 is for 2 years plus provision of 60 months extension period, plus 18 months emergency extension and includes 200 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

3 March 2025

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: 30 August 2025

IV.2.7) Conditions for opening of tenders

Date

3 March 2025

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

In section 1.2, it is stated that this procurement is a joint procedure and contract award is by. a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing. Body Contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in section 1.1. The contracting authorities will. identify the Most Economically Advantageous Tender(s) (MEAT)on the basis of the "lowest. price/cost", once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the Tender Documentation. Details of. the evaluation process incorporating quality price and compliance are provided as part of. the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b

VI.4) Procedures for review

VI.4.1) Review body

Business Services Organisation, Procurement and Logistics Services

Belfast

Country

United Kingdom