Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Procurement and Logistics Service
Maple House, 45 Bush Road
Antrim
BT41 2PX
UK
E-mail: Sourcing.PaLSCapital@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
UK
E-mail: Sourcing.PaLSCapital@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Business Services Organisation
2 Franklin Street
Belfast
BT2 8DQ
UK
E-mail: Sourcing.PaLSCapital@hscni.net
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) 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 abovementioned address
Tenders or requests to participate must be sent to the abovementioned 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
Haemodialysis Consumables and Spare Parts
II.1.2) Main CPV code
33181400
II.1.3) Type of contract
Supplies
II.1.4) Short description
Haemodialysis Consumables and Spare Parts
II.1.5) Estimated total value
Value excluding VAT:
16 802 421.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Haemodialysis Consumables (Treatment Packs)
II.2.2) Additional CPV code(s)
33181100
33181300
II.2.3) Place of performance
NUTS code:
UKN
UK
II.2.4) Description of the procurement
Haemodialysis Consumables and Spare Parts
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
15 626 251.53
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
This Contract is subject to renewal dependent on Client requirements.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Following the initial Contract period there is the potential for an extension period of up to and including 60 months and an additional 18 months emergency extension available.
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 estimated value stated in II.2.6 is for a 12 month period plus the option to extend for any period(s) of up to and including 60 months plus an18 month emergency extension. . The Authority and the Client are committed to the promotion of Social Value and the Contractor(s) will be required to support the Client's social benefit objectives. Accordingly, Contract performance conditions will relate, in particular, to Social Value Considerations
Lot No: 2
II.2.1) Title
Haemodialysis Spare Parts
II.2.2) Additional CPV code(s)
33181100
33181300
II.2.3) Place of performance
NUTS code:
UKN
UK
II.2.4) Description of the procurement
Haemodialysis Consumables and Spare Parts
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
1 176 169.47
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
This Contract is subject to renewal dependent on Client requirements.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Following the initial Contract period there is the potential for an extension period of up to and including 60 months and an additional 18 months emergency extension available.
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 estimated value stated in II.2.6 is for a 12 month period plus the option to extend for any period(s) of up to and including 60 months plus an18 month emergency extension. . The Authority and the Client are committed to the promotion of Social Value and the Contractor(s) will be required to support the Client's social benefit objectives. Accordingly, Contract performance conditions will relate, in particular, to Social Value Considerations
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/03/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
18/06/2024
IV.2.7) Conditions for opening of tenders
Date:
20/03/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
In section 1.2, 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 section 1.1. The Contracting Authorities will identify the Most Economically Advantageous.. Tender(s) (MEAT) on the basis of the “lowest price/cost” submission(s), 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, Procurement and Logistics Services
Antrim
UK
VI.5) Date of dispatch of this notice
19/02/2024