Tender

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

SOUTHERN HEALTH AND SOCIAL CARE TRUST

This public procurement record has 1 release in its history.

Tender

07 Sep 2023 at 11:44

Summary of the contracting process

The Southern Health and Social Care Trust is seeking contractors for a framework for building maintenance and minor works, including community aids and adaptations. The project encompasses various specialist works and is divided into 7 lots covering different locations within the Trust. Contractors must tender for lots 1-4 but will only be awarded one lot. The contract value is £42,000,000 GBP and the duration is for 36 months with a possible extension. The tender deadline is set for October 18, 2023.

This tender opportunity from the Southern Health and Social Care Trust in the health sector presents a chance for building contractors, mechanical and electrical contractors, and other related specialist businesses to compete. The framework calls for rapid response capabilities, emergency works handling, and an integrated supply chain approach. Businesses with flexibility, readily available resources, and a commitment to providing quality services are well-suited to participate in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

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

Notice 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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).

Lot Information

Lot 1 - Craigavon Area Hospital Site - East Sector

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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).

Lot 2 - Craigavon Area Hospital Site - West Sector and Banbridge Community

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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).

Lot 3 - Newry and Mourne

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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).

Lot 4 - Armagh and Dungannon

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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).

Lot 5 - Trustwide Community Aids and Adaptations

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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).

Lot 6 - Reserve

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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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). Additional information: Lot Value is unknown as this is the Reserve Lot.

Lot 7 - Trustwide (mini competitions)

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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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). Additional information: Lot Value above unspecified.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03fac7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026469-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

Notice Value(s)

Tender Value
£42,000,000 £10M-£100M
Lots Value
£32,200,002 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Sep 20232 years ago
Submission Deadline
18 Oct 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SOUTHERN HEALTH AND SOCIAL CARE TRUST
Contact Name
ProcurementStandards.cpdfinance-ni.gov.uk
Contact Email
procurementstandards.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CRAIGAVON
Postcode
BT63 5QQ
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN07 Armagh City, Banbridge and Craigavon
Delivery Location
TLN0 Northern Ireland

Local Authority
Armagh City, Banbridge and Craigavon
Electoral Ward
Kernan
Westminster Constituency
Upper Bann

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03fac7-2023-09-07T12:44:15+01:00",
    "date": "2023-09-07T12:44:15+01:00",
    "ocid": "ocds-h6vhtk-03fac7",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03fac7",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "SHSCT - Framework For Building Maintenance And Minor Works Including Community Aids and Adaptations (2023)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).",
        "value": {
            "amount": 42000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Craigavon Area Hospital Site - East Sector",
                "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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).",
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2 - Craigavon Area Hospital Site - West Sector and Banbridge Community",
                "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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot 3 - Newry and Mourne",
                "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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).",
                "value": {
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Lot 4 - Armagh and Dungannon",
                "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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).",
                "value": {
                    "amount": 7000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "5",
                "title": "Lot 5 - Trustwide Community Aids and Adaptations",
                "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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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).",
                "value": {
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "6",
                "title": "Lot 6 - Reserve",
                "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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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). Additional information: Lot Value is unknown as this is the Reserve Lot.",
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "7",
                "title": "Lot 7 - Trustwide (mini competitions)",
                "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, PS2.5M) * Lot 2 - Craigavon Site West and Banbridge Community (indicative value per annum, PS1.5M) * Lot 3 - Newry and Mourne (indicative value per annum, PS2M) * Lot 4 - Armagh and Dungannon (indicative value per annum, PS1.75M) * Lot 5 - Trustwide Community Aids and Adaptations (indicative value per annum, PS300K) * 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 PS1.00 and a maximum value of PS500,000.00. However in exceptional circumstances the Client may require the Contractor to provide a minor building works project up to the value of PS1,000,000.00 (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). Additional information: Lot Value above unspecified.",
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "7"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "as per the published procurement documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "as per the published procurement documentation"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2023-10-18T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-10-18T23:59:59+01:00"
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-92033",
            "name": "Southern Health and Social Care Trust",
            "identifier": {
                "legalName": "Southern Health and Social Care Trust"
            },
            "address": {
                "streetAddress": "Craigavon Area Hospital, 68 Lurgan Road, Craigavon",
                "locality": "Craigavon",
                "region": "UK",
                "postalCode": "BT63 5QQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ProcurementStandards.cpdfinance-ni.gov.uk",
                "email": "procurementstandards.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-92034",
            "name": "Health Estates",
            "identifier": {
                "legalName": "Health Estates"
            },
            "address": {
                "streetAddress": "Castle Buildings",
                "locality": "Belfast",
                "postalCode": "BT4 3SQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurementstandards.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-92033",
        "name": "Southern Health and Social Care Trust"
    },
    "language": "en"
}