Opportunity

WE3331432 - Altnagelvin Hospital Tower Block Refurbishment Phase 5.1.3B (Re-Tender)

  • Western Health Social Care Trust c/o CPD-Health Projects

F02: Contract notice

Notice reference: 2021/S 000-001360

Published 22 January 2021, 3:24pm



Section one: Contracting authority

one.1) Name and addresses

Western Health Social Care Trust c/o CPD-Health Projects

303 Airport Road West

Belfast

BT3 9ED

Contact

Procurement Operations Branch

Email

Construct.info@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

one.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=3331432

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/cft/prepareViewCfTWS.do?resourceId=3331432

Tenders or requests to participate must be submitted to the above-mentioned address

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=3331432

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WE3331432 - Altnagelvin Hospital Tower Block Refurbishment Phase 5.1.3B (Re-Tender)

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The works involve refurbishment of part of the existing tower and new build extensions together with essential fire safety works and alterations to the engineering services. This includes the following: - relocation of the existing hospital restaurant facility to the ground floor of the Tower Block complete with new build ancillary accommodation, office and toilet facilities. - refurbishment of Level 01 of the Tower Block ward wing to provide additional clinical support accommodation that have been displaced due to the on-going re-development works. - a new build 2 storey extension to create a direct link between the existing Tower Block and the West Wing - temporary relocation of the North Wing ambulance entrance. - work associated with the decommissioning of the ground and first floors of the treatment wing which also involves fire safety works.

two.1.5) Estimated total value

Value excluding VAT: £5,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45215100 - Construction work for buildings relating to health

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

Altnagelvin Hospital

two.2.4) Description of the procurement

The works involve refurbishment of part of the existing tower and new build extensions together with essential fire safety works and alterations to the engineering services. This includes the following: - relocation of the existing hospital restaurant facility to the ground floor of the Tower Block complete with new build ancillary accommodation, office and toilet facilities. - refurbishment of Level 01 of the Tower Block ward wing to provide additional clinical support accommodation that have been displaced due to the on-going re-development works. - a new build 2 storey extension to create a direct link between the existing Tower Block and the West Wing - temporary relocation of the North Wing ambulance entrance. - work associated with the decommissioning of the ground and first floors of the treatment wing which also involves fire safety works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,200,000

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

Duration in months

18

This contract is subject to renewal

No

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

Envisaged number of candidates: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to PQQ documentation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Economic Operators’ performance on this Contract will be regularly monitored. As part of its contract management procedures, the Contracting Authority 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 Economic Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, 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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

3 March 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

CPD is assisting the contracting authority, the Western Health & Social Care Trust, on conducting the procurement process for this requirement but for the avoidance of doubt, the contract will be entered into by the Western Health & Social Care Trust and the successful tenderer. CPD is not acting as a central purchasing body.

six.4) Procedures for review

six.4.1) Review body

Department of Finance, Construction Procurement Delivery, Procurement Operations Branch

Clare House, 303 Airport Road West

Belfast

BT3 9ED

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

https://www.finance-ni.gov.uk/contact

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered or who risk suffering, loss or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenederers to challenge the award decision before the contract is entered into.