- Scope of the procurement
- Lot 1 - Craigavon Area Hospital Site - East Sector
- Lot 2 - Craigavon Area Hospital Site - West Sector and Banbridge Community
- Lot 3 - Newry and Mourne
- Lot 4 - Armagh and Dungannon
- Lot 5 - Trustwide Community Aids and Adaptations
- Lot 6 - Reserve
- Lot 7 - Trustwide (mini competitions)
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
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
procurementstandards.cpd@finance-ni.gov.uk
Country
United Kingdom