Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service on behalf of Northern Health and Social Care Trust and Northern Ireland Blood Transfusion Service
The Cottage, 5 Greenmount Avenue
Ballymena
BT43 6DA
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.1) Name and addresses
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
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.1) Name and addresses
NI Blood Transfusion Service
Lisburn Road
Belfast
BT9 7TS
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 involves 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 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 Transport Services - NHSCT and NIBTS [3737954]
II.1.2) Main CPV code
60000000
II.1.3) Type of contract
Services
II.1.4) Short description
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.1.5) Estimated total value
Value excluding VAT:
8 013 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Courier Services - NIBTS
II.2.2) Additional CPV code(s)
64120000
34130000
60120000
60170000
60112000
60180000
60100000
34115200
60130000
64100000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
3 717 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 3 717 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
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
Lot No: 2
II.2.1) Title
Lot 2 - Passenger Services including Courier - NIBTS
II.2.2) Additional CPV code(s)
64120000
34130000
60120000
60170000
60112000
60180000
60100000
34115200
60130000
64100000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
547 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 547 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
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
Lot No: 3
II.2.1) Title
Lot 3 - Courier Services - NHSCT
II.2.2) Additional CPV code(s)
64120000
34130000
60120000
60170000
60112000
60180000
60100000
34115200
60130000
64100000
II.2.3) Place of performance
NUTS code:
UKN0
II.2.4) Description of the procurement
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
3 749 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 3 749 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 9
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:
2022/S 000-003791
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/06/2022
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:
31/12/2022
IV.2.7) Conditions for opening of tenders
Date:
14/06/2022
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.3) Additional information
In section I.2 it is stated that this is a joint procurement and contract award is by a central purchasing body. This Framework Agreement is not a joint contract, it is a central purchasing body Framework Agreement operated by Business Services Organisation, Procurement and Logistics Service on behalf of the Northern Health and Social Care Trust and Northern Ireland Blood Transfusion Service. The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) on the basis of 100% price, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the tender documentation. This tender contains 3 Lots, Tenderers can bid for one Lot, more than one Lot or all Lots. It is the intention to award a place on the Framework Agreement to a minimum of three ranked Tenderers with the highest percentage weighted score where sufficient compliance bids are received. Tenderers must bid for all Lines listed within Lots 1 and Lot 3. For Lot 2 tenderers can bid for one, more than one or all Areas. The evaluation process incorporating price, quality and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b). The value shown in II.1.5 shows the estimated total value which has been calculated on the basis of a maximum 4 year Call-Off Contract(s) with the option of 36 month extension period(s), contingency for Secondary Competitions, potential extension(s) for procurement exercises, potential price increases during the Framework Agreement and any Call-Off Contract. LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED..
VI.4) Procedures for review
VI.4.1) Review body
Business Services Organisation
77 Boucher Crescent
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Business Services Organisation, Procurement and Logistics Service (PaLS) will incorporate a standstill period at the point information on the award of the Framework Agreement 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 Framework Agreement is entered into. The Public Contracts 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
13/05/2022