Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}