Tender

BHSCT - Major Works Integrated Consultant Team (ICT) Framework 2024

  • DoH - Health Estates

F02: Contract notice

Notice identifier: 2024/S 000-023358

Procurement identifier (OCID): ocds-h6vhtk-0484e8

Published 26 July 2024, 11:19am



Section one: Contracting authority

one.1) Name and addresses

DoH - Health Estates

Castle Buildings, Stormont Estate, Upper Newtownards Road

Belfast

BT4 3SH

Contact

procurementstandards

Email

procurementstandards.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UKN0 - Northern Ireland

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

BHSCT - Major Works Integrated Consultant Team (ICT) Framework 2024

two.1.2) Main CPV code

  • 71220000 - Architectural design services

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT). The scope and nature of services will be determined by the needs of each works project and may include the provision of services associated with construction projects including but not limited to the following types:- health and social care facilities, related support buildings such as office accomodation, laboratories and associated infrastructure. Refer to full description in the ITT.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71315210 - Building services consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

This Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT). The scope and nature of services will be determined by the needs of each works project and may include the provision of services associated with construction projects including but not limited to the following types:- health and social care facilities, related support buildings such as office accomodation, laboratories and associated infrastructure. Refer to full description in the ITT.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 90

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £15,000,000

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Refer to PQQP documentation, defining selection criteria.. . Note, where there is a tie for 5th place, then all Economic Operators in 5th place will be invited to tender. For the purposes of this exercise a tie for 5th. place is deemed to occur where two or more Economic Operators have identical scores or a score within 1 marks (out of a score of. 100). of the 5th place score.

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 issue the Protocol for Managing Poor SupplierPerformance. contained on Annex K of the Construction Procurement Toolkit Construction Toolkit (pdf version 30 Sept 22 (1).PDF).PDF.. (financeni.gov.uk). If an Economic Actor has received more than on current Notice of Written Warning or a Notice of UnsatisfactoryPerformance, the Contracting Authority, at its discretion, can consider an Economic Operator’s exclusion from future procurements,being undertaken on behalf of bodies covered by Northern Ireland Public Procurement Policy (NIPPP), for a minimum of 12 months or 3 years respectively.. A list of bodies subject to NIPPP can be viewed at: List of public bodies to which NI public procurement policy appliesDepartment of Finance (finance-ni.gov.uk)

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 2

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

28 August 2024

Local time

3:00pm

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

1 November 2024

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: 28 August 2025


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Health Estates is assisting the Contracting Authority, Belfast Health and Social Care Trust, in conducting the procurement process for this.. requirement, but for the avoidance of doubt, the framework agreement will be entered into by the Belfast Health and Social Care Trust. and the successful tenderers. Health Estates is administering this procurement on behalf of the Contracting Authority. The Contracting Authority.. expressly reserves the right: i. not to conclude any framework agreement as a result of the procurement process commenced by.. publication of this notice or to cancel the procurement at any stage; and. ii. 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 Economic. Operators. or Candidates. Any expenditure, work or effort undertaken prior to framework conclusion is accordingly at the sole risk of the. Economic. Operator or Candidate participating in this procurement process. No business whatsoever is guaranteed under any resulting. framework. agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation. to this. notice. No compensation etc will be paid if a contract or framework agreement is withdrawn for any reason. Economic Operators should. take part in this process only on the basis that they fully understand and accept this position. PQQs will be issued and should be returned. via CPD's electronic tendering system (eTendersNI). Details regarding the operation of eTendersNI are contained within the Call for Tender. (CfT).

six.4) Procedures for review

six.4.1) Review body

Health Estates Procurement Standards Branch

Belfast

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.