Tender

BE4808706 - FRAMEWORKS FOR ASBESTOS CONSULTANCY SERVICES 2023 - 2027 FOR BELFAST HEALTH AND SOCIAL CARE TRUST

  • Belfast Health and Social Care Trust

F02: Contract notice

Notice identifier: 2023/S 000-011588

Procurement identifier (OCID): ocds-h6vhtk-03c363

Published 21 April 2023, 5:28pm



Section one: Contracting authority

one.1) Name and addresses

Belfast Health and Social Care Trust

Estate Services Department, Musgrave Park Hospital, Stockman’s Lane,

Belfast

BT9 7JB

Contact

Colm Toner

Email

colm.toner@belfasttrust.hscni.net

Country

United Kingdom

Region 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

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

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

BE4808706 - FRAMEWORKS FOR ASBESTOS CONSULTANCY SERVICES 2023 - 2027 FOR BELFAST HEALTH AND SOCIAL CARE TRUST

two.1.2) Main CPV code

  • 71315100 - Building-fabric consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Belfast Health and Social Care Trust (the Contracting Authority) is seeking to engage a total of three Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts, to provide consultancy services in connection with: 1) the Surveying, Identification, Analysis and reporting of asbestos containing materials, including the Material Assessment Algorithm and Priority Assessment Algorithm scoring in line with the Contracting Authorities Procedure; and 2) the Specification of asbestos containing materials removals, encapsulation and/or remediation works, as Principal Designers (CDM Regulations (NI) 2016); and 3) the Contract Management and Administration of asbestos containing materials removals, encapsulation and/or remediation works, including Cost Management; and 4) the Monitoring and Certification of asbestos containing materials removals, encapsulation and/or remediation works; and 5) the Development and Delivery of bespoke training; and 6) the Investigation and Reporting of Asbestos incidents, under separate (Lots) Framework Agreements of four years duration subject to the satisfactory performance of the successful Economic Operators and at the absolute discretion of the Contracting Authorities.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland
  • UKN06 - Belfast

two.2.4) Description of the procurement

The Belfast Health and Social Care Trust (the Contracting Authority) is seeking to engage a total of three Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts, to provide consultancy services in connection with: 1) the Surveying, Identification, Analysis and reporting of asbestos containing materials, including the Material Assessment Algorithm and Priority Assessment Algorithm scoring in line with the Contracting Authorities Procedure; and 2) the Specification of asbestos containing materials removals, encapsulation and/or remediation works, as Principal Designers (CDM Regulations (NI) 2016); and 3) the Contract Management and Administration of asbestos containing materials removals, encapsulation and/or remediation works, including Cost Management; and 4) the Monitoring and Certification of asbestos containing materials removals, encapsulation and/or remediation works; and 5) the Development and Delivery of bespoke training; and 6) the Investigation and Reporting of Asbestos incidents, under separate (Lots) Framework Agreements of four years duration subject to the satisfactory performance of the successful Economic Operators and at the absolute discretion of the Contracting Authorities.

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: £2,000,000

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

Duration in months

48

This contract is subject to renewal

No

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

Maximum number: 6

Objective criteria for choosing the limited number of candidates:

Refer to procurement documents. In the event that there are more than 6 Economic Operators who meet the pre-qualification process, the CPD random selection process will be used to differentiate between them

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

Refer to procurement documents.

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

Refer to procurement documents.


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: No

four.2) Administrative information

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

Date

26 May 2023

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

30 June 2023

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: 3 (from the date stated for receipt of tender)


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

Estate Services Department, Belfast Health and Social Care Trust

Estate Services Department, Musgrave Park Hospital, Stockman’s Lane,

Belfast

BT9 7JB

Email

patrick.toal@belfasttrust.hscni.net

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

CPD - Construction Health Projects

303 Airport Road Wes

Belfast

BT3 9ED

Country

United Kingdom

Internet address

https://www.finance-ni.gov.uk/publications/cpd-supplier-charter