Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 5

Status Active

Published 26th May 2023

Tender Details
Referenceocds-h6vhtk-0351f8
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£34,866,390
More Tenders »

No location provided

Category Services

Type

No. of Lots 5

Status Active

Published 26th May 2023

Tender Details
Referenceocds-h6vhtk-0351f8
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£34,866,390

Section I: Contracting authority

I.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service

Greenmount House, Woodside Road Industrial Estate, Woodside Road

Ballymena

BT42 4TP

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Belfast Health and Social Care Trust

A Floor, Belfast City Hospital, Lisburn Road

Belfast

BT9 7AB

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Belfast Health and Social Care Trust

A Floor, Belfast City Hospital, Lisburn Road

Belfast

BT9 7AB

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Northern Health and Social Care Trust

Bretten Hall, Bush Road

Antrim

BT41 2RL

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Northern Health and Social Care Trust

Bretten Hall, Bush Road

Antrim

BT41 2RL

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

South Eastern Health and Social Care Trust

Ulster Hospital, Upper Newtownards Rd

Belfast

BT16 1RH

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

South Eastern Health and Social Care Trust

Ulster Hospital, Upper Newtownards Rd

Belfast

BT16 1RH

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Southern Health and Social Care Trust

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Southern Health and Social Care Trust

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Western Health and Social Care Trust

Altnagelvin Area Hospital, Glenshane Road

Londonderry

BT47 6SB

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

Western Health and Social Care Trust

Altnagelvin Area Hospital, Glenshane Road

Londonderry

BT47 6SB

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

NI Ambulance Service Trust

Knockbracken Healthcare Park, Saintfield Road

Belfast

BT8 8SG

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

NI Ambulance Service Trust

Knockbracken Healthcare Park, Saintfield Road

Belfast

BT8 8SG

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

NI Blood Transfusion Service

Lisburn Road

Belfast

BT9 7TS

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.1) Name and addresses

NI Blood Transfusion Service

Lisburn Road

Belfast

BT9 7TS

Email

smc.sourcing [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Maintenance of Air Conditioning and Refrigeration Equipment [3986737]

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

Maintenance of Air Conditioning and Refrigeration Equipment [3986737]

II.1.5) Estimated total value

Value excluding VAT: £34,866,390

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
5

II.2) Description

II.2.1) Title

Lot 1 – Accredited/Laboratory Refrigeration

Lot No

1

II.2.2) Additional CPV code(s)

  • 33944000 - Morgue cabinet refrigerators or freezers
  • 39711110 - Refrigerator-freezers
  • 39711100 - Refrigerators and freezers
  • 39711123 - Upright-type freezers
  • 39711124 - Industrial freezers
  • 39711120 - Freezers
  • 39711121 - Chest-type freezers
  • 39711122 - Household freezers
  • 42512500 - Parts of air-conditioning machines
  • 39717000 - Fans and air-conditioning appliances
  • 39717200 - Air-conditioning appliances
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42511110 - Heat pumps

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

Maintenance of Air Conditioning and Refrigeration Equipment [3986737]

II.2.5) Award criteria

Quality criterion - Name: Social Value Considerations / Weighting: 10

Cost criterion - Name: Price / Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £8,831,660

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Intention to award a 5 year call-off Contract with the option of extending for any period(s) of up to and including 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value shown in II.2.6 is the highest value estimated in the following range: 3,152,690 GBP to 8,831,660 GBP which has been calculated on the basis of a 5 year call-off contract plus maximum 24 month extension and contingency for potential additional equipment or higher level of repairs during the contract period for all Clients for Lot 1.

II.2) Description

II.2.1) Title

Lot 2 – General Refrigeration

Lot No

2

II.2.2) Additional CPV code(s)

  • 33944000 - Morgue cabinet refrigerators or freezers
  • 39711110 - Refrigerator-freezers
  • 39711100 - Refrigerators and freezers
  • 39711123 - Upright-type freezers
  • 39711124 - Industrial freezers
  • 39711120 - Freezers
  • 39711121 - Chest-type freezers
  • 39711122 - Household freezers
  • 42512500 - Parts of air-conditioning machines
  • 39717000 - Fans and air-conditioning appliances
  • 39717200 - Air-conditioning appliances
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42511110 - Heat pumps

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

Maintenance of Air Conditioning and Refrigeration Equipment [3986737]

II.2.5) Award criteria

Quality criterion - Name: Social Value Considerations / Weighting: 10

Cost criterion - Name: Price / Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £8,843,500

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Intention to award a 5 year call-off Contract with the option of extending for any period(s) of up to and including 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value shown in II.2.6 is the highest value estimated in the following range: 2,729,510 GBP to 8,843,500 GBP which has been calculated on the basis of a 5 year call-off contract plus maximum 24 month extension and contingency for potential additional equipment or higher level of repairs during the contract period for all Clients for Lot 2.

II.2) Description

II.2.1) Title

Lot 3 – Chilled Water Plant

Lot No

3

II.2.2) Additional CPV code(s)

  • 33944000 - Morgue cabinet refrigerators or freezers
  • 39711110 - Refrigerator-freezers
  • 39711100 - Refrigerators and freezers
  • 39711123 - Upright-type freezers
  • 39711124 - Industrial freezers
  • 39711120 - Freezers
  • 39711121 - Chest-type freezers
  • 39711122 - Household freezers
  • 42512500 - Parts of air-conditioning machines
  • 39717000 - Fans and air-conditioning appliances
  • 39717200 - Air-conditioning appliances
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42511110 - Heat pumps

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

Maintenance of Air Conditioning and Refrigeration Equipment [3986737]

II.2.5) Award criteria

Quality criterion - Name: Social Value Considerations / Weighting: 10

Cost criterion - Name: Price / Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £5,633,460

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Intention to award a 5 year call-off Contract with the option of extending for any period(s) of up to and including 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value shown in II.2.6 is the highest value estimated in the following range: 1,392,580 GBP to 5,633,460 GBP which has been calculated on the basis of a 5 year call-off contract plus maximum 24 month extension and contingency for potential additional equipment or higher level of repairs during the contract period for all Clients for Lot 3.

II.2) Description

II.2.1) Title

Lot 4 – Air Conditioning Equipment

Lot No

4

II.2.2) Additional CPV code(s)

  • 33944000 - Morgue cabinet refrigerators or freezers
  • 39711110 - Refrigerator-freezers
  • 39711100 - Refrigerators and freezers
  • 39711123 - Upright-type freezers
  • 39711124 - Industrial freezers
  • 39711120 - Freezers
  • 39711121 - Chest-type freezers
  • 39711122 - Household freezers
  • 42512500 - Parts of air-conditioning machines
  • 39717000 - Fans and air-conditioning appliances
  • 39717200 - Air-conditioning appliances
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42511110 - Heat pumps

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

Maintenance of Air Conditioning and Refrigeration Equipment [3986737]

II.2.5) Award criteria

Quality criterion - Name: Social Value Considerations / Weighting: 10

Cost criterion - Name: Price / Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £11,093,060

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Intention to award a 5 year call-off Contract with the option of extending for any period(s) of up to and including 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value shown in II.2.6 is the highest value estimated in the following range: 3,702,030 GBP to 11,093,060 GBP which has been calculated on the basis of a 5 year call-off contract plus maximum 24 month extension and contingency for potential additional equipment or higher level of repairs during the contract period for all Clients for Lot 4.

II.2) Description

II.2.1) Title

Lot 5 – Air/Ground Source Heat Pumps

Lot No

5

II.2.2) Additional CPV code(s)

  • 33944000 - Morgue cabinet refrigerators or freezers
  • 39711110 - Refrigerator-freezers
  • 39711100 - Refrigerators and freezers
  • 39711123 - Upright-type freezers
  • 39711124 - Industrial freezers
  • 39711120 - Freezers
  • 39711121 - Chest-type freezers
  • 39711122 - Household freezers
  • 42512500 - Parts of air-conditioning machines
  • 39717000 - Fans and air-conditioning appliances
  • 39717200 - Air-conditioning appliances
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42511110 - Heat pumps

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

Maintenance of Air Conditioning and Refrigeration Equipment [3986737]

II.2.5) Award criteria

Quality criterion - Name: Social Value Considerations / Weighting: 10

Cost criterion - Name: Price / Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £464,710

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Intention to award a 5 year call-off Contract with the option of extending for any period(s) of up to and including 24 months.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value shown in II.2.6 is the highest value estimated in the following range: 92,980 GBP to 464,710 GBP which has been calculated on the basis of a 5 year call-off contract plus maximum 24 month extension and contingency for potential additional equipment or higher level of repairs during the contract period for all Clients for Lot 5.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 10

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-019280

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

11 July 2023

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 7 January 2024

IV.2.7) Conditions for opening of tenders

Date

11 July 2023

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

In section I.2 it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body contract operated by Business Services Organisation Procurement and Logistics Service on behalf of the participants listed in I.1. The contracting authority will identify the most economically advantageous tender(s) (MEAT) on the basis of the price 90% and Social Value Considerations 10%, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b).

VI.4) Procedures for review

VI.4.1) Review body

Business Services Organisation

Belfast

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

PaLS will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court: England, Wales and Northern Ireland.