By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

A performance related partnering framework for design team consultancy services for the Southern Health and Social Care Trust.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Southern Health and Social Care Trust
C/o Health Estates Investment Group, Annex 7, Castle Buildings, Stormont Estate
For the attention of: Lindsey McMullan
BT4 4SQ Belfast
UNITED KINGDOM
Telephone: +44 2890522976
E-mail:

Internet address(es):

General address of the contracting authority: www.southerntrust.hscni.net

Further information can be obtained from: Health Estates Investment Group
Annex 7, Castle Buildings, Stormont Estate
For the attention of: Lindsey McMullan
BT4 3SQ Belfast
Telephone: +44 2890522976
E-mail:
Fax: +44 2890523900
Internet address: http: //e-sourcingni.bravosolution.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Health Estates Investment Group
Annex 7, Castle Buildings, Stormont Estate
For the attention of: Lindsey McMullan
BT4 3SQ Belfast
Telephone: +44 8003684850
E-mail:
Fax: +44 2070600480
Internet address: http: //e-sourcingni.bravosolution.co.uk

Tenders or requests to participate must be sent to: Health Estates Investment Group
Annex 7, Castle Buildings, Stormont Estate
For the attention of: Lindsey McMullan
BT4 3SQ Belfast
Telephone: +44 8003684850
E-mail:
Fax: +44 2070600480
Internet address: http: //e-sourcingni.bravosolution.co.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
A performance related partnering framework for design team consultancy services for the Southern Health and Social Care Trust.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Northern Ireland.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 3 000 000 and 67 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
HEIG is seeking to establish a framework agreement for use by SHSCT and in exceptional circumstances other Northern Ireland Health and Social Care bodies. SHSCT wishes to enter into a framework agreement with a multi-disciplinary design team for the provision of consultancy services in connection with individual capital work schemes with construction costs above 500 000 GBP. Capital work schemes typically comprise new buildings, extensions to existing buildings, conversions/refurbishment of existing buildings, and enabling works in advance of other major capital works schemes. This framework it is anticipated will include major redevelopment of site wide acute hospital services.
II.1.6)Common procurement vocabulary (CPV)

71000000, 71300000, 71200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework agreement will involve the commissioning of consultancy services in connection with capital work schemes with construction costs above 500 000 GBP.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Pre-Qualification Questionnaire.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See Pre-Qualification Questionnaire.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: See Pre-Qualification Questionnaire.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In accordance with articles 45-50 of Directive 2004/18/EC and regulation 23-25 of the Public Contract Regulations 2006 and as set out in the Pre-Qualification Questionnaire from the address in Section 1.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As III.2.1).
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As III.2.1).
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 20
Objective criteria for choosing the limited number of candidates: See Pre-Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 31.1.2014 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.2.2014 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Place:

See Pre-Qualification Questionnaire.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers instructions how to express interest in this tender:

1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register;

- Accept the terms and conditions and click ‘Continue’;
- Enter your correct business and user details;
- Note the username you chose and click ‘Save’ when complete;
- You will shortly receive an email with your unique password (please keep this secure).
2. Express an interest in the tender:
- Login to the portal with the username/password;
- Click the ‘PQQs/ITTs Open To All Suppliers’ link (these are Pre-Qualification Questionnaires or invitations to tender open to any registered supplier);
- Click on the relevant PQQ/ITT to access the content;
- Click the ‘Express Interest’ button at the top of the page;
- This will move the PQQ/ITT into your ‘My PQQs/My ITTs’ page (this is a secure area reserved for your projects only);
- You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box.
3. Responding to the tender:
- Click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining);
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification;
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT;
- There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response” button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Refer to instructions contained in VI.4.2)

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: SHSCT will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.1.2014