Tender

SHSCT - Framework For Building Maintenance And Minor Works Including Community Aids and Adaptations (2023)

  • Southern Health and Social Care Trust

F02: Contract notice

Notice identifier: 2023/S 000-026469

Procurement identifier (OCID): ocds-h6vhtk-03fac7

Published 7 September 2023, 12:44pm



Section one: Contracting authority

one.1) Name and addresses

Southern Health and Social Care Trust

Craigavon Area Hospital, 68 Lurgan Road, Craigavon

Craigavon

BT63 5QQ

Contact

ProcurementStandards.cpdfinance-ni.gov.uk

Email

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

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

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

SHSCT - Framework For Building Maintenance And Minor Works Including Community Aids and Adaptations (2023)

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 Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

two.1.5) Estimated total value

Value excluding VAT: £42,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Craigavon Area Hospital Site - East Sector

Lot No

1

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The project is for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

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: £10,000,000

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.2.10) 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 - Craigavon Area Hospital Site - West Sector and Banbridge Community

Lot No

2

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The project is for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

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

48

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

two.2) Description

two.2.1) Title

Lot 3 - Newry and Mourne

Lot No

3

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The project is for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

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: £8,000,000

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.2.10) 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 - Armagh and Dungannon

Lot No

4

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The project is for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

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: £7,000,000

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.2.10) 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 - Trustwide Community Aids and Adaptations

Lot No

5

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The project is for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

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: £1,200,000

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.2.10) 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 - Reserve

Lot No

6

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The project is for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

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

48

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

two.2.14) Additional information

Lot Value is unknown as this is the Reserve Lot.

two.2) Description

two.2.1) Title

Lot 7 - Trustwide (mini competitions)

Lot No

7

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The project is for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. The Southern Health and Social Care Trust Estates Department (the Client) is seeking to appoint a maximum of 6 Contractors for the provision of Building Maintenance, Minor Building Works and Community Aids and Adaptations. Each Contractor must provide the following subcontractors who meet the listed work categories: Building Contractor - (B2), Mechanical Contractor - (B1,B2,B4,B5) and Electrical Contractor - (B2,B3,B4,B5). This contract may also incorporate mechanical and electrical works, building services, civil engineering, roofing, flooring, building, joinery, window repairs, painting, glazing works and other related specialist works. The Contractors shall have resources available to attend any works required 24 hours per day, 365 days per year (including all holidays and weekends). Successful Contractors will be allocated to a lot within the boundary of the Southern Health and Social Care Trust. • Lot 1 – Craigavon Site East (including Craigavon Area Hospital) (indicative value per annum, £2.5M) • Lot 2 – Craigavon Site West and Banbridge Community (indicative value per annum, £1.5M) • Lot 3 - Newry and Mourne (indicative value per annum, £2M) • Lot 4 - Armagh and Dungannon (indicative value per annum, £1.75M) • Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, £300K) • Lot 6 – Reserve • Lot 7 – Trustwide (mini competitions) Contractors will be required to submit a tender for lots 1 to 4, however they will only be awarded one lot. Exceptions to this are: • Lot 5, which can be won by a Contractor who has won one of the Lots 1 to 4 • Lot 6, which can be won by a Contractor who has won Lot 5 (and has not won any of Lots 1 to 4) • Lot 7, which all successful Contractors will be awarded. Should less than five Contractors be included within the ITT stage, the Client reserves the right to amend the above lot award methodology to ensure that all Lots have been filled. Each task order will be for a minimum value of £1.00 and a maximum value of £500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of £1,000,000.00 (subject to approval being received from SHSCT Director / Assistant Director in writing). In such instances the work will be awarded in the same manner as a typical task order i.e. awarded directly to the Contractor for that particular Lot, or following a mini competition between all of the successful Contractors via Lot 7. The method of award will be at the sole discretion of the Client. The Client is not under any obligation to award any call off contracts under the Framework. The Client is not responsible for meeting any costs incurred by the Contractor should the quantity of call off contracts awarded under the Framework fall short of Contractors’ expectations. The Client reserves the right at any time to procure similar or identical work outside the Frameworks. The Contractor shall adopt an integrated supply chain approach to managing the provision of the service. The Contractor must have significant flexibility and readily available multi-disciplinary resources in order to provide the Client with a rapid response and an ability to deal with emergency type works. This contract will be in place for a period of 36 months. The Client has at its discretion the option to extend the contract for a further 12 months, subject always to demonstrable satisfactory performance by the Contractor. All works under this contract will be carried out upon receipt of either a written works specific instruction or a Task Order which will be generated via the Client’s IT Software (currently using MiCAD software).

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

48

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

two.2.14) Additional information

Lot Value above unspecified.


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

as per the published procurement documentation

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

as per the published procurement documentation


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 a single operator

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

18 October 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: 18 October 2024


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

Castle Buildings

Belfast

BT4 3SQ

Email

procurementstandards.cpd@finance-ni.gov.uk

Country

United Kingdom