Section one: Contracting authority
one.1) Name and addresses
DoH - Health Estates
Castle Buildings, Stormont Estate, Upper Newtownards Road
Belfast
BT4 3SH
Contact
procurementstandards
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.