Building Tender Belfast
The Contracting Authority does not wish to be prescriptive at this stage, however, the potential scale of the overall development may approach approximately 10 500 m² – 12 000 m².
UK-Belfast: Construction work for buildings relating to health
2013/S 121-206553
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Southern Health and Social Care Trust
C/O Health Estates Investment Group, Annex 7, Castle Buildings, Stormont Estate
Contact point(s): Lindsey McMullan
For the attention of: Lindsey McMullan
BT4 3SQ Belfast
UNITED KINGDOM
Telephone: +44 2890522976
E-mail: lindsey.mcmullan@dhsspsni.gov.uk
Fax: +44 2890523900
Internet address(es):
General address of the contracting authority: http://www.southerntrust.hscni.net
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Health Estates Investment Group
Annex 7, Castle Buildings, Stormont Estate
BT4 3SQ Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail: help@bravosolution.co.uk
Fax: +44 2070600480
Internet address: http://e-sourcingni.bravosolution.co.uk
Tenders or requests to participate must be sent to: Health Estates Investment Group
Annex 7, Castle Buildings, Stormont Estate
BT4 3SQ Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail: help@bravosolution.co.uk
Fax: +44 2070600480
Internet address: http://e-sourcingni.bravosolution.co.uk
Section II: Object of the contract
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Newry Area, for further details please see Part 1 of the Memorandum of Information, a copy of which is obtainable in accordance with section VI.3 of this notice.
NUTS code UKN0
The Contracting Authority does not wish to be prescriptive at this stage, however, the potential scale of the overall development may approach approximately 10 500 m² – 12 000 m². The new accommodation should be available for use by 2016. As an alternative to using public capital, it is the intention of the Contracting Authority to finance the scheme using a Third Party Development (3PD) approach which will result in an Economic Operator being appointed, through a competitive procurement process, to design, build, finance and maintain the accommodation for a term of 25 years.
It is envisaged that the centre will serve as a ‘hub’ providing a number of health services, for example, GP services, diagnostic services, imaging and children’s services. Significant footfall is generated by primary and community care centres and it is the intention of the Contracting Authority to utilise this to both improve the overall patient experience and achieve Value for Money. As such, it is anticipated that Economic Operators may wish to incorporate additional space for occupation by other appropriate tenants whose businesses would not run contrary to the Department of Health, Social Services and Public Safety (DHSSPS) policy direction. Economic Operators will be permitted to propose solutions on sites of their choosing in the Newry area (subject to certain parameters as set out in the Memorandum of Information accompanying this contract notice). The contract that may be awarded as a result of this competition will contain an option for the Contracting Authority to purchase the site at the end of the term. Economic Operators should be aware that variant bids will not be permitted.
The contract will apply to space used by the Contracting Authority and GPs and, more generally, the overall operability of the building. The Contracting Authority currently intends to enter into separate sub-agreement(s) with independent GP groups who may occupy space within the CTCC, however, such arrangements will be clarified during the competitive dialogue process. The contract that may be awarded as a result of this competition will be between the Economic Operator and the Contracting Authority i.e. the Economic Operator will not be required to contract directly with GPs.
The provision of Hard Facilities Management services by the Economic Operator will form part of the contract. These services are expected to comprise (being a non-exhaustive list):
i. building maintenance;
ii. electrical maintenance services;
iii. mechanical maintenance services;
iv. grounds maintenance services,
Further details on the Contracting Authority’s requirements will be provided during the dialogue phase. Please note that the Contracting Authority will continue to provide Soft Facilities Management services and other services including, but not limited to (i.e. they are not currently expected to form part of this contract):
i. portering;
ii. cleaning;
iii. security;
iv. reception services;
v. purchasing and logistics;
vi. internal redecoration.
Full details of the contract arrangements will be provided to successful Economic Operators that are invited to participate in a competitive dialogue with the Contracting Authority.
Payments by the Contracting Authority to the Economic Operator will be made on a monthly basis adjusted as necessary to account for any non-availability. Further details of the affordability envelope for the Project will be included in the invitation to participate in dialogue documentation.
Further details of the Project are set out in Part 1 of the Memorandum of Information which shall be further developed during the dialogue stage. A copy of the Memorandum of Information can be obtained in accordance with section VI.3 of this contract notice.
45215100, 71240000, 45210000, 70110000, 79993000, 70000000, 71334000, 45000000, 77314000, 71220000, 50700000, 70330000, 50532000, 50711000, 50712000, 71200000, 45215130, 71000000
Estimated value excluding VAT:
Range: between 30 000 000 and 60 000 000 GBP
Description of these options: The Contracting Authority will have an option to purchase the site or to extend the lease at the end of the term. Further details will be set out in the invitation to participate in dialogue.
Section III: Legal, economic, financial and technical information
Description of particular conditions: Contract award will be subject to receipt of satisfactory planning permission and all other relevant approvals.
Minimum level(s) of standards possibly required: The Economic Operator (and, where applicable, its subcontractors) must meet the requirements described in the pre-qualification questionnaire package (i.e. PQQ1, PQQ1A, PQQ2, PQQ2B & PQQ3) and the Memorandum of Information copies of which are obtainable from the contact point identified in section VI.3 of this notice.
The Economic Operator (and, where applicable, its subcontractors) must meet the requirements described in the pre-qualification questionnaire package (i.e. PQQ1, PQQ1A, PQQ2, PQQ2B & PQQ3) and the Memorandum of Information copies of which are obtainable from the contact point identified in section VI.3 of this notice.
Minimum level(s) of standards possibly required:
The Economic Operator (and, where applicable, its subcontractors) must meet the requirements described in the pre-qualification questionnaire package (i.e. PQQ1, PQQ1A, PQQ2, PQQ2B & PQQ3) and the Memorandum of Information copies of which are obtainable from the contact point identified in section VI.3 of this notice.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The Contracting Authority currently intends to invite 5 Economic Operators into a competitive dialogue and to reduce this to 3 Economic Operators during the competitive dialogue process prior to the appointment of a preferred bidder. This will be confirmed to successful Economic Operators invited to participate in a competitive dialogue. Please see Part 2 of the Memorandum of Information for further information a copy of which is obtainable from the contact point identified in section VI.3 of this notice.
Prior information notice
Notice number in the OJEU: 2013/S 74-123389 of 16.4.2013
Section VI: Complementary information
Copies of the Pre-Qualification Questionaire Package and the Memorandum of Information may be obtained by observing the following instructions:
Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once): https://esourcingni.bravosolution.co.uk and click the link to register – Accept the terms and conditions and click ‘continue’
– Enter your correct business and user details – Note the username you choose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs
Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest’ button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) – You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT – There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
Please also note that the Contracting Authority may require the successful Economic Operator to actively participate in achievement of certain social policy objectives, and accordingly, particular contract conditions may relate to social considerations including, for example, provisions regarding training initiatives and employment. Further detail will be provided in the invitation to participate in dialogue.
Refer to instructions contained in Section VI.4.2