Section one: Contracting authority
one.1) Name and addresses
Western Health and Social Care Trust
MDEC Building, Altnagelvin Area Hospital Site, Glenshane Road
Londonderry
BT47 6SB
Contact
Health Estates Procurement and Cost Advisory
Procurementstandards.cpd@finance-ni.gov.uk
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/home.do
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/home.do
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/home.do
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
WHSCT 4833652 - Construction of a New Health and Care Centre in Lisnaskea
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The project is for the provision of a new Lisnaskea Health and Care Centre, car parking and associated site works, access arrangements and other associated operational development. The development will provide purpose-built health and care accommodation to support the delivery of high-quality integrated primary and community care services for the population of Lisnaskea and surrounding southeast Fermanagh area. It will improve accessibility, service delivery and increased multi-disciplinary working within Southeast Fermanagh and it will bring GPs, the Trust Community and Older Peoples Day Care services together. The proposed site of 2.06ha, encompasses a building footprint of 4,424sqm (gross floor area of 4,070sqm), alongside a new access, car parking to the rear and extensive landscaping to the front of the site. The building form includes a legible two-storey pitched roof building respecting the local vernacular form, with a central public street and single storey clinical block to the west.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The project is for the provision of a new Lisnaskea Health and Care Centre, car parking and associated site works, access arrangements and other associated operational development. The development will provide purpose-built health and care accommodation to support the delivery of high-quality integrated primary and community care services for the population of Lisnaskea and surrounding southeast Fermanagh area. It will improve accessibility, service delivery and increased multi-disciplinary working within Southeast Fermanagh and it will bring GPs, the Trust Community and Older Peoples Day Care services together. The proposed site of 2.06ha, encompasses a building footprint of 4,424sqm (gross floor area of 4,070sqm), alongside a new access, car parking to the rear and extensive landscaping to the front of the site. The building form includes a legible two-storey pitched roof building respecting the local vernacular form, with a central public street and single storey clinical block to the west.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Cost/Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
21
This contract is subject to renewal
No
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
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 Appendix K of the Construction Procurement Toolkit.. . If an Economic Operator has receieved 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 of 12 months or 3 years respectively.
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
29 June 2023
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: 29 June 2024
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by publication of this notice; (b) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: (a) Provides information or confirmations which later prove to be untrue or incorrect; (b) Does not supply the information within the timescale required by this notice or by the Invitation to Tender Documentation or as otherwise required during the process. . . Instructions on how to submit a tender; - Suppliers must be registered on the Contracting Authorities e-procurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do . . All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal.
six.4) Procedures for review
six.4.1) Review body
Health Estates
Annex 2 Castle Buildings, Stormont Estate
BELFAST
BT4 3SQ
Procurementstandards.cpd@finance-ni.gov.uk
Country
United Kingdom
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 tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months, where the court considers that there is a good reason for doing so).