Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Procurement and Logistics Service
Pinewood Villa, Longstone Hosptial, 73 Loughgall Road
Armagh
BT61 7PR
UK
Contact person: palsarmagh.sourcinghscni.net
E-mail: Palsarmagh.Sourcing@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
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
BT9 7AB
UK
E-mail: Palsarmagh.Sourcing@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
NI Blood Transfusion Service
Lisburn Road
Belfast
BT9 7TS
UK
E-mail: Palsarmagh.Sourcing@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: Palsarmagh.Sourcing@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
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
BT16 1RH
UK
E-mail: Palsarmagh.Sourcing@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
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
UK
E-mail: Palsarmagh.Sourcing@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
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
BT47 6SB
UK
E-mail: Palsarmagh.Sourcing@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 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
Courier and Transportation Services for Category B (UN3373) Biological Substances and Specimens
II.1.2) Main CPV code
64120000
II.1.3) Type of contract
Services
II.1.4) Short description
Courier and Transportation Services for Category B (UN3373) Biological Substances and Specimens
II.1.5) Estimated total value
Value excluding VAT:
3 143 787.27
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
64100000
64113000
60000000
60100000
64121000
64121100
64121200
71900000
85111800
85111810
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Courier and Transportation Services for Category B (UN3373) Biological Substances and Specimens
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value Considerations
/ Weighting: 10
Cost criterion: Price
/ Weighting: 90
II.2.6) Estimated value
Value excluding VAT:
3 143 787.27
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:
The 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:
Yes
Description of options:
Following the Initial Contract Period there is the option to extend up to 36 months. An additional 18 months emergency extension is 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 2 years with the option to extend up to 36 months plus 18 months emergency extension.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-002604
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/04/2024
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:
08/10/2024
IV.2.7) Conditions for opening of tenders
Date:
11/04/2024
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 "Best Price-Quality Ratio", 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 Service
Armagh
UK
VI.5) Date of dispatch of this notice
08/03/2024