Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service
Pinewood Villa, Longstone Hospital, 73 Loughgall Road
Armagh
BT12 6HU
UK
E-mail: palsarmagh.sourcing@hscni.net
NUTS: UKN
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
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
UK
E-mail: palsarmagh.sourcing@hscni.net
NUTS: UKN
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 electronically to:
https://etendersni.gov.uk/epps
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
Provision of Authorising Engineer for Water and Fire Systems (5279046)
II.1.2) Main CPV code
71300000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Authorising Engineer for Water and Fire Systems (5279046)
II.1.5) Estimated total value
Value excluding VAT:
433 500.00
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
Lot 1 - Water Systems HTM 04-01
II.2.2) Additional CPV code(s)
71330000
71630000
71800000
71317210
45232430
II.2.3) Place of performance
NUTS code:
UKN
UK
II.2.4) Description of the procurement
Provision of Authorising Engineer for Water and Fire Systems (5279046)
II.2.5) Award criteria
Criteria below:
Quality criterion: Non-Price Technical Envelope Social Value
/ Weighting: 10
Price
/ Weighting:
90
II.2.6) Estimated value
Value excluding VAT:
229 500.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This Contract is subject to renewal dependent on the clients 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:
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 estimated value stated in II.2.6 is for 2 years plus provision of 60 months extension period, plus 18 months emergency extension and includes 200 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
Lot No: 2
II.2.1) Title
Lot 2 - Fire Systems HTM 05-01 and HTM 05-03
II.2.2) Additional CPV code(s)
71330000
71630000
71800000
71317210
45232430
II.2.3) Place of performance
NUTS code:
UKN
UK
II.2.4) Description of the procurement
Provision of Authorising Engineer for Water and Fire Systems (5279046)
II.2.5) Award criteria
Criteria below:
Quality criterion: Non-Price Technical Envelope Social Value
/ Weighting: 10
Price
/ Weighting:
90
II.2.6) Estimated value
Value excluding VAT:
204 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
This Contract is subject to renewal dependent on clients 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:
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 estimated value stated in II.2.6 is for 2 years plus provision of 60 months extension period, plus 18 months emergency extension and includes 200 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
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:
03/03/2025
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:
30/08/2025
IV.2.7) Conditions for opening of tenders
Date:
03/03/2025
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", 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 quality 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
Belfast
UK
VI.5) Date of dispatch of this notice
31/01/2025