Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
BE1302259-MTC Framework for Building Maintenance and Minor Building Works for Belfast HSC Trust
Reference number: 1302259
II.1.2)Main CPV code45215100
II.1.3)Type of contractWorks
II.1.4)Short description:
The contracting authority is seeking to appoint 6 Nr economic operators to a framework under which they may enter into measured term contract(s) for the provision of building maintenance and minor building works. The measured term contracts may incorporate mechanical and electrical building services, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Refer to the procurement documents for further information.
II.1.5)Estimated total valueValue excluding VAT: 75 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Multiple sectors / lots, or 1st or 2nd reserve, however:
— capped to a max of 2 awards, i.e. 2 sectors / lots or a sector / lot and either 1st or 2nd Reserve.
— the award of a second sector /lot will only take place once all qualifying economic operators have been awarded a sector /lot.
— previously awarded sectors /lots shall stand, e.g. sectors /lots already allocated shall not be reassessed.
II.2)Description
II.2.2)Additional CPV code(s)45453100
45210000
45215100
II.2.3)Place of performanceNUTS code: UKN0
Main site or place of performance:
Royal Group of Hospitals, Belfast.
II.2.4)Description of the procurement:
The contracting authority is seeking to appoint 6 Nr economic operators to a framework under which they may enter into measured term contract(s) for the provision of building maintenance and minor building works. The measured term contracts may incorporate mechanical and electrical building services, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Refer to the procurement documents for further information.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 12 economic operators that; satisfy the completeness and compliance checks, the criteria for the rejection of economic operators, the information as to economic and financial standing, and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 12th place, then all economic operators in 12th place will be invited to tender. For the purposes of this exercise a tie for 12th place is deemed to occur where 2 or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 12th place score. .
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community
Lot No: 2
II.2.2)Additional CPV code(s)45453100
45210000
45215100
II.2.3)Place of performanceNUTS code: UKN0
Main site or place of performance:
Musgrave Park Hospital, Knockbracken Healthcare Park. and South and East Belfast Community).
II.2.4)Description of the procurement:
The contracting authority is seeking to appoint 6 Nr economic operators to a framework under which they may enter into measured term contract(s) for the provision of building maintenance and minor building works. The measured term contracts may incorporate mechanical and electrical building services, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Refer to the procurement documents for further information.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 12 economic operators that; satisfy the completeness and compliance checks, the criteria for the rejection of economic operators, the information as to economic and financial standing, and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 12th place, then all economic operators in 12th place will be invited to tender. For the purposes of this exercise a tie for 12th place is deemed to occur where 2 or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 12th place score. .
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Mater Hospital, Muckamore Abbey Hospital and North and West Community
Lot No: 3
II.2.2)Additional CPV code(s)45453100
45210000
45215100
II.2.3)Place of performanceNUTS code: UKN0
Main site or place of performance:
Musgrave Park Hospital, Knockbracken Healthcare Park and South and East. Belfast Community.
II.2.4)Description of the procurement:
The contracting authority is seeking to appoint 6 Nr economic operators to a framework under which they may enter into measured term contract(s) for the provision of building maintenance and minor building works. The measured term contracts may incorporate mechanical and electrical building services, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Refer to the procurement documents for further information.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 12 economic operators that; satisfy the completeness and compliance checks, the criteria for the rejection of economic operators, the information as to economic and financial standing, and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 12th place, then all economic operators in 12th place will be invited to tender. For the purposes of this exercise a tie for 12th place is deemed to occur where 2 or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 12th place score. .
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)45453100
45210000
45215100
II.2.3)Place of performanceNUTS code: UKN0
Main site or place of performance:
II.2.4)Description of the procurement:
The contracting authority is seeking to appoint 6 Nr economic operators to a framework under which they may enter into measured term contract(s) for the provision of building maintenance and minor building works. The measured term contracts may incorporate mechanical and electrical building services, civil engineering, roofing, flooring, windows, painting, glazing works and other related specialist works. Refer to the procurement documents for further information..
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 12
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 12 economic operators that; satisfy the completeness and compliance checks, the criteria for the rejection of economic operators, the information as to economic and financial standing, and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 12th place, then all economic operators in 12th place will be invited to tender. For the purposes of this exercise a tie for 12th place is deemed to occur where 2 or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 12th place score. .
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Details to be provided in the Invitation to Tender.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Refer to procurement documents.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 07/02/2018
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 08/05/2018
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority expressly reserves the right:
i— to award one, some, all or no lots,
ii— not to award any contract /framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage, and
iii— 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 contract award 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.
VI.4)Procedures for review
VI.4.1)Review bodyCPD – Construction Division – Health Projects
Clare House, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
CPD will incorporate a minimum 10 calendar days standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:21/12/2017