Tender

BHSCT - Major Works Integrated Consultant Team (ICT) Framework 2024

DOH - HEALTH ESTATES

This public procurement record has 1 release in its history.

Tender

26 Jul 2024 at 10:19

Summary of the contracting process

The Belfast Health and Social Care Trust, aided by Health Estates, is seeking architectural design services under the framework agreement titled "BHSCT - Major Works Integrated Consultant Team (ICT) Framework 2024". This procurement initiative, classified under the CPV code 71220000 for architectural design services, involves the provision of various construction-related professional services. The process is currently in the Tender stage, with a tender submission deadline set for 28th August 2024. The project location is the UK, specifically in the Belfast region (UKN0), and the framework is expected to span 1440 days with an estimated value of £15,000,000 GBP. The procurement method being used is a restricted procedure, ensuring selective participation through pre-qualification processes.

This tender offers substantial opportunities for consultancy firms specialising in architectural, civil, and structural engineering services. The integrated consultant teams (ICT) will cater to diverse project needs, including health and social care facilities and ancillary infrastructure. Businesses that are adept in providing comprehensive consultancy services and have experience in large-scale construction projects will find this tender highly suitable for growth. Moreover, as part of a long-term framework agreement, firms will have the chance to establish sustained relationships with the Belfast Health and Social Care Trust and contribute to significant public infrastructure projects in Northern Ireland.

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

BHSCT - Major Works Integrated Consultant Team (ICT) Framework 2024

Notice Description

This Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT). The scope and nature of services will be determined by the needs of each works project and may include the provision of services associated with construction projects including but not limited to the following types:- health and social care facilities, related support buildings such as office accomodation, laboratories and associated infrastructure. Refer to full description in the ITT.

Lot Information

Lot 1

This Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT). The scope and nature of services will be determined by the needs of each works project and may include the provision of services associated with construction projects including but not limited to the following types:- health and social care facilities, related support buildings such as office accomodation, laboratories and associated infrastructure. Refer to full description in the ITT.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0484e8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023358-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71220000 - Architectural design services

71311000 - Civil engineering consultancy services

71312000 - Structural engineering consultancy services

71315210 - Building services consultancy services

Notice Value(s)

Tender Value
£15,000,000 £10M-£100M
Lots Value
£15,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Jul 20241 years ago
Submission Deadline
28 Aug 2024Expired
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
DOH - HEALTH ESTATES
Contact Name
procurementstandards
Contact Email
procurementstandards.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT4 3SH
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)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Stormont
Westminster Constituency
Belfast East

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-0484e8-2024-07-26T11:19:44+01:00",
    "date": "2024-07-26T11:19:44+01:00",
    "ocid": "ocds-h6vhtk-0484e8",
    "description": "Health Estates is assisting the Contracting Authority, Belfast Health and Social Care Trust, in conducting the procurement process for this.. requirement, but for the avoidance of doubt, the framework agreement will be entered into by the Belfast Health and Social Care Trust. and the successful tenderers. Health Estates is administering this procurement on behalf of the Contracting Authority. The Contracting Authority.. expressly reserves the right: i. not to conclude any framework agreement as a result of the procurement process commenced by.. publication of this notice or to cancel the procurement at any stage; and. ii. 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 framework conclusion 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. PQQs will be issued and should be returned. via CPD's electronic tendering system (eTendersNI). Details regarding the operation of eTendersNI are contained within the Call for Tender. (CfT).",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0484e8",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "BHSCT - Major Works Integrated Consultant Team (ICT) Framework 2024",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71220000",
            "description": "Architectural design services"
        },
        "mainProcurementCategory": "services",
        "description": "This Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT). The scope and nature of services will be determined by the needs of each works project and may include the provision of services associated with construction projects including but not limited to the following types:- health and social care facilities, related support buildings such as office accomodation, laboratories and associated infrastructure. Refer to full description in the ITT.",
        "value": {
            "amount": 15000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This Framework Agreement is for the provision of construction related professional services by teams of Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT). The scope and nature of services will be determined by the needs of each works project and may include the provision of services associated with construction projects including but not limited to the following types:- health and social care facilities, related support buildings such as office accomodation, laboratories and associated infrastructure. Refer to full description in the ITT.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "90"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "value": {
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Refer to PQQP documentation, defining selection criteria.. . Note, where there is a tie for 5th place, then all Economic Operators in 5th place will be invited to tender. For the purposes of this exercise a tie for 5th. place is deemed to occur where two or more Economic Operators have identical scores or a score within 1 marks (out of a score of. 100). of the 5th place score."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71315210",
                        "description": "Building services consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The Economic Operators performance on this Contract will be regularly monitored.As part of its contract management procedures, the Contracting Authority will issue the Protocol for Managing Poor SupplierPerformance. contained on Annex K of the Construction Procurement Toolkit Construction Toolkit (pdf version 30 Sept 22 (1).PDF).PDF.. (financeni.gov.uk). If an Economic Actor has received more than on current Notice of Written Warning or a Notice of UnsatisfactoryPerformance, the Contracting Authority, at its discretion, can consider an Economic Operator's exclusion from future procurements,being undertaken on behalf of bodies covered by Northern Ireland Public Procurement Policy (NIPPP), for a minimum of 12 months or 3 years respectively.. A list of bodies subject to NIPPP can be viewed at: List of public bodies to which NI public procurement policy appliesDepartment of Finance (finance-ni.gov.uk)"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-08-28T15:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2024-11-01T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-08-28T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "This procurement is governed by the Public Contracts Regulations 2015 and...provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide 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."
    },
    "parties": [
        {
            "id": "GB-FTS-113396",
            "name": "DoH - Health Estates",
            "identifier": {
                "legalName": "DoH - Health Estates"
            },
            "address": {
                "streetAddress": "Castle Buildings, Stormont Estate, Upper Newtownards Road",
                "locality": "Belfast",
                "region": "UKN0",
                "postalCode": "BT4 3SH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "procurementstandards",
                "email": "procurementstandards.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-119608",
            "name": "Health Estates Procurement Standards Branch",
            "identifier": {
                "legalName": "Health Estates Procurement Standards Branch"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-113396",
        "name": "DoH - Health Estates"
    },
    "language": "en"
}