Business Services Organisation, Procurement and Logistics Service
Pinewood Villa, Longstone Hospital, 73 Loughgall Road
Armagh
BT61 7PR
UK
Contact person: palsarmagh.sourcinghscni.net
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
The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Lot 1: Belfast HSCT Area
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Workplace Health and Wellbeing Support Service
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 20
II.2.6) Estimated value
Value excluding VAT:
625 464.00
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 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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
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 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.
Lot No: 2
II.2.1) Title
Lot 2: South Eastern HSCT Area
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Workplace Health and Wellbeing Support Service
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 20
II.2.6) Estimated value
Value excluding VAT:
625 464.00
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 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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
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 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.
Lot No: 3
II.2.1) Title
Lot 3: Northern HSCT Area
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Workplace Health and Wellbeing Support Service
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 20
II.2.6) Estimated value
Value excluding VAT:
625 464.00
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 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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
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 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.
Lot No: 4
II.2.1) Title
Lot 4: Southern HSCT Area
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Workplace Health and Wellbeing Support Service
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 20
II.2.6) Estimated value
Value excluding VAT:
625 464.00
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 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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
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 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.
Lot No: 5
II.2.1) Title
Lot 5: Western HSCT Area
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
Workplace Health and Wellbeing Support Service
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 20
II.2.6) Estimated value
Value excluding VAT:
625 464.00
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 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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
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 3 years plus provision for up to 36 months extension, plus 18 months emergency extension and includes 50 percent contingency for potential increase in demand. It is not guarantee of uptake or minimum demand.
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 Prourement 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 requirments as listed in the Tender Documentation. Details of the evalution process incorporating quality, price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b.