Opportunity

TERM SERVICE FRAMEWORK FOR ELECTRICAL MAINTENANCE AND MINOR INSTALLATION WORKS FOR BELFAST HEALTH AND SOCIAL CARE TRUST (2024)

  • Belfast Health and Social Care Trust

F02: Contract notice

Notice reference: 2024/S 000-007682

Published 11 March 2024, 1:17pm



Section one: Contracting authority

one.1) Name and addresses

Belfast Health and Social Care Trust

A Floor Belfast City Hospital, Lisburn Road

BELFAST

BT9 7AB

Contact

Procurement Standards Branch

Email

Procurementstandards.cpd@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

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

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

TERM SERVICE FRAMEWORK FOR ELECTRICAL MAINTENANCE AND MINOR INSTALLATION WORKS FOR BELFAST HEALTH AND SOCIAL CARE TRUST (2024)

two.1.2) Main CPV code

  • 45310000 - Electrical installation work

two.1.3) Type of contract

Works

two.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.

two.1.5) Estimated total value

Value excluding VAT: £34,950,000

two.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

two.2) Description

two.2.1) Title

Lot 1 - Royal Group of Hospitals

Lot No

1

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

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: £18,000,000

two.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

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

two.2) Description

two.2.1) Title

Lot 2 - Belfast City Hospital

Lot No

2

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

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: £6,000,000

two.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

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

two.2) Description

two.2.1) Title

Lot 3 - Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community

Lot No

3

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

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: £6,000,000

two.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

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

two.2) Description

two.2.1) Title

Lot 4 - Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Belfast Community

Lot No

4

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

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: £6,000,000

two.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

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

two.2) Description

two.2.1) Title

Lot 5 - Royal Group of Hospitals (Reserve to Lot 1)

Lot No

5

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

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: £1

two.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

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

two.2) Description

two.2.1) Title

Lot 6 - Belfast City Hospital (Reserve to Lot 2)

Lot No

6

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

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: £1

two.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

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

two.2) Description

two.2.1) Title

Lot 7 - Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community (Reserve to Lot 3)

Lot No

7

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

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: £1

two.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

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

two.2) Description

two.2.1) Title

Lot 8 - Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Belfast Community (Reserve to Lot 4)

Lot No

8

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.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.

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: £1

two.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

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.1.2) 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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

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

16 April 2024

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

Tender must be valid until: 10 January 2027


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Health Estates

Annex 2 Castle Buildings

BELFAST

BT4 3SQ

Email

Procurementstandards.cpd@finance-ni.gov.uk

Country

United Kingdom