Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

TERM SERVICE FRAMEWORK FOR ELECTRICAL MAINTENANCE AND MINOR INSTALLATION WORKS FOR BELFAST HEALTH AND SOCIAL CARE TRUST (2024)

  • Cyhoeddwyd gyntaf: 12 Mawrth 2024
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-044746
Cyhoeddwyd gan:
Belfast Health and Social Care Trust
ID Awudurdod:
AA77992
Dyddiad cyhoeddi:
12 Mawrth 2024
Dyddiad Cau:
16 Ebrill 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Belfast Health and Social Care Trust

A Floor Belfast City Hospital, Lisburn Road

BELFAST

BT9 7AB

UK

Person cyswllt: Procurement Standards Branch

E-bost: Procurementstandards.cpd@finance-ni.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://etendersni.gov.uk/epps

Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://etendersni.gov.uk/epps


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://etendersni.gov.uk/epps


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://etendersni.gov.uk/epps


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

TERM SERVICE FRAMEWORK FOR ELECTRICAL MAINTENANCE AND MINOR INSTALLATION WORKS FOR BELFAST HEALTH AND SOCIAL CARE TRUST (2024)

II.1.2) Prif god CPV

45310000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 34 950 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 2

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 - Royal Group of Hospitals

II.2.2) Cod(au) CPV ychwanegol

45310000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 18 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

As stated in Procurement Documents

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - Belfast City Hospital

II.2.2) Cod(au) CPV ychwanegol

45310000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 6 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

As stated in Procurement Documents

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 3

II.2.1) Teitl

Lot 3 - Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community

II.2.2) Cod(au) CPV ychwanegol

45310000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 6 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

As stated in Procurement Documents

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 4

II.2.1) Teitl

Lot 4 - Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Belfast Community

II.2.2) Cod(au) CPV ychwanegol

45310000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 6 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

As stated in Procurement Documents

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 5

II.2.1) Teitl

Lot 5 - Royal Group of Hospitals (Reserve to Lot 1)

II.2.2) Cod(au) CPV ychwanegol

45310000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

As stated in Procurement Documents

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 6

II.2.1) Teitl

Lot 6 - Belfast City Hospital (Reserve to Lot 2)

II.2.2) Cod(au) CPV ychwanegol

45310000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

As stated in Procurement Documents

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 7

II.2.1) Teitl

Lot 7 - Musgrave Park Hospital, Knockbracken Healthcare Park and South and East Belfast Community (Reserve to Lot 3)

II.2.2) Cod(au) CPV ychwanegol

45310000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

As stated in Procurement Documents

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 8

II.2.1) Teitl

Lot 8 - Mater Infirmorum Hospital, Muckamore Abbey Hospital and North and West Belfast Community (Reserve to Lot 4)

II.2.2) Cod(au) CPV ychwanegol

45310000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

The Contracting Authority is seeking to appoint up to 8 Nr Economic Operators to a framework, under which the Contracting Authority may enter into Call-off Contracts for the provision of Electrical Maintenance and Minor Installation Works. Works will often be within complex, occupied, operational, clinical environments where the Contractor must work in accordance with strict constraints and control measures such as Infection Control Risk Assessments, Policies, Procedures and Permit Systems. Any Call-off Contracts awarded under the terms of the Framework Agreements shall be comprised of the NEC4 Term Service Short Contract as amended by the Contracting Authority. Minor works may comprise projects, new buildings, extensions to existing buildings, conversion/refurbishment of existing buildings, works to ensure compliance with various legislative requirements, e.g. legionella, fire safety, DDA, asbestos regulations, mechanical and electrical engineering works and enabling works in advance of major capital works schemes. The Contracting Authority is not under any obligation to award any Contracts or Call-off Contracts or instruct any Task Orders (as defined under the NEC4 Term Service Short Contract) under a Call-off Contract. The Contracting Authority is not responsible for meeting any costs incurred by the Economic Operator should the quantity of work fall short of Economic Operators’ expectations. It is expected that the Economic Operators shall adopt an integrated supply chain approach to managing the provision of the works to be delivered under the Framework and any Call-off Contract. Each Economic Operator will be expected to have significant flexible and readily available resources in order to provide the Contracting Authority with a rapid response and an ability to deal with emergency type works. It is a condition of the term service contract that Economic Operators shall make provision to have available resource to carry out any works required 24 hours per day 365 days per year (including all weekends and all holiday periods). Successful tenderers shall be appointed to the framework for a period of three years, with an optional fourth year extension, at the sole discretion of the Contracting Authority. It is anticipated that any call-off Term Service Contracts awarded may have a term of up to three years, with an optional additional year extension, at the sole discretion of the Contracting Authority subject to the terms of the relevant Call-off Contract. Economic Operators should note that the Contracting Authority shall also seek to appoint separate Term Service Contracts with Mechanical, Building and Asbestos Removal Economic Operators. The Framework and any Term Service Contract with the Economic Operator will be based on partnering and may involve working in conjunction with other contractors appointed directly by the Contracting Authority. This role may be as Principal Contractor or as Partnering Contractor to other Term Service Contract providers appointed directly by the Contracting Authority.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

As stated in Procurement Documents

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 8

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 16/04/2024

Amser lleol: 15:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 10/01/2027

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Health Estates

Annex 2 Castle Buildings

BELFAST

BT4 3SQ

UK

E-bost: Procurementstandards.cpd@finance-ni.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

11/03/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45310000 Gwaith gosod trydanol Gwaith gosod ar gyfer adeiladau

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Procurementstandards.cpd@finance-ni.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.