Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service
77 Boucher Crescent
Belfast
BT12 6HU
UK
E-mail: sourcing.palsballymena@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 is awarded by a central purchasing body
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
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
[4874256] Car Parking Services
II.1.2) Main CPV code
98351000
II.1.3) Type of contract
Services
II.1.4) Short description
[4874256] Car Parking Services
II.1.5) Estimated total value
Value excluding VAT:
1 932 302.70
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Parking Spaces (Pay per Annum)
II.2.2) Additional CPV code(s)
98351100
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
[4874256] Car Parking Services
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.6) Estimated value
Value excluding VAT:
1 354 157.82
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This Contract will be awarded for a duration of 36 months, with the option of extending for any periods up to and including 60 months and/or further period(s) of up to a maximum 18 months in the circumstances described in Clause 2.3 of the SS17ac Commercial Conditions of Contract for Services Contracts.
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 Contract Value in this Contract Notice in point II.1.5 (£1,932,302.70) has been calculated to include all extension options (including the further additional 18 months relating to Clause 2.3 of the SS17ac Commercial Conditions) and accounts for a potential increase in demand for the supply by 10 percent. It is not a guarantee of uptake or minimum demand. In section 1.2, it is stated that that this procurement is a joint procurement 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 BSO PaLS on behalf of the participants listed in section 1.1.
Lot No: 2
II.2.1) Title
Parking Spaces (Pay per Hour)
II.2.2) Additional CPV code(s)
98351100
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
[4874256] Car Parking Services
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.6) Estimated value
Value excluding VAT:
16 055.99
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
This Contract will be awarded for a duration of 36 months, with the option of extending for any periods up to and including 60 months and/or further period(s) of up to a maximum 18 months in the circumstances described in Clause 2.3 of the SS17ac Commercial Conditions of Contract for Services Contracts
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 Contract Value in this Contract Notice in point II.1.5 (£1,932,302.70) has been calculated to include all extension options (including the further additional 18 months relating to Clause 2.3 of the SS17ac Commercial Conditions) and accounts for a potential increase in demand for the supply by 10 percent. It is not a guarantee of uptake or minimum demand. In section 1.2, it is stated that that this procurement is a joint procurement 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 BSO PaLS on behalf of the participants listed in section 1.1..
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:
19/02/2024
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:
06/09/2024
IV.2.7) Conditions for opening of tenders
Date:
19/02/2024
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 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 participant 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 10%, once full compliance has been demonstrated with all the elements of the specification and any other requirements as listed in the tender documentation. The evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS)(SS20b). The contingency indicated in II.2.14) also covers the. potential of 18 months as detailed in the Tender documents.
VI.4) Procedures for review
VI.4.1) Review body
Business Services Organisation, PaLS
77 Boucher Crescent
Belfast
BT12 6HU
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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.
VI.5) Date of dispatch of this notice
19/01/2024