- 1. Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
- 2. Belfast Health and Social Care Trust
- 3. Northern Health and Social Care Trust
- 4. South Eastern Health and Social Care Trust
- 5. Southern Health and Social Care Trust
- 6. Western Health and Social Care Trust
- 7. Business Services Organisation
- 8. NI Ambulance Service Trust
- 9. NI Blood Transfusion Service
- 10. NI Guardian Ad Litem Agency
- 11. NI Practice and Education Council for Nursing and Midwifery
- 12. NI Social Care Council
- 13. NI Patient Client Council
- 14. NI Public Health Agency
- 15. NI Medical and Dental Training Agency
- 16. NI Regulation and Quality Improvement Authority
- 17. Department of Health NI
- 18. NI Fire and Rescue Services
- 19. Regional Health and Social Care Board
Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
The Cottage, 5 Greenmount Avenue
Ballymena
BT43 6DA
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
BT9 7AB
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Rd
Belfast
BT16 1RH
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Southern Health and Social Care Trust
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
BT47 6SB
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Business Services Organisation
2 Franklin Street
Belfast
BT2 8DQ
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Ambulance Service Trust
Knockbracken Healthcare Park, Saintfield Road
Belfast
BT8 8SG
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Blood Transfusion Service
Lisburn Road
Belfast
BT9 7TS
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Guardian Ad Litem Agency
Centre House, 79 Chichester Street
Belfast
BT1 4JE
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Practice and Education Council for Nursing and Midwifery
Centre House, 79 Chichester St
Belfast
BT1 4JE
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Social Care Council
Millennium House, 19-25 Great Victoria St
Belfast
BT2 7AQ
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Patient Client Council
1st Floor, Ormeau Baths 18 Ormeau Avenue
Belfast
BT2 8HS
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Public Health Agency
Linenhall Street Unit, 12-22 Linenhall Street
Belfast
BT2 8BS
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Medical and Dental Training Agency
Beechill House, 42 Beechill Rd
Belfast
BT8 7RL
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Regulation and Quality Improvement Authority
9th Floor Riverside Tower, 5 Lanyon Place
Belfast
BT1 3BT
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Department of Health NI
Castle Buildings
Belfast
BT4 3SQ
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
NI Fire and Rescue Services
1 Seymour Street
Lisburn
BT27 4SX
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Regional Health and Social Care Board
12-22 Linenhall Street
Belfast
BT2 8BS
sourcing.palsballymena@hscni.net
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Wigs and Associated Products [3062633]
two.1.2) Main CPV code
- 33711630 - Wigs
two.1.3) Type of contract
Supplies
two.1.4) Short description
Wigs and Associated Products
two.1.5) Estimated total value
Value excluding VAT: £101,880,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
two.2) Description
two.2.1) Title
Lot 1 - Belfast Sector
Lot No
1
two.2.2) Additional CPV code(s)
- 98321000 - Hairdressing services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Wigs and Associated Products
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £38,740,000
two.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 Framework Agreement will be awarded for a duration of 48 months. Any Call-Off Contract can be made for a maximum duration of up to 4 years each, with the option of extending for any period(s) of up to and including 48 months. The Contract is subject to renewal dependant on client requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 38 740 000 GBP which has been calculated on the basis of a 48 month Contract and a maximum extension period(s) of up to and including 48 months, contingency for potential increase in usage, and price increases and potential extension for procurement exercises during the Contract period.
two.2) Description
two.2.1) Title
Lot 2 - Northern Sector
Lot No
2
two.2.2) Additional CPV code(s)
- 98321000 - Hairdressing services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Wigs and Associated Products
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £13,230,000
two.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 Framework Agreement will be awarded for a duration of 48 months. Any Call-Off Contract can be made for a maximum duration of up to 4 years each, with the option of extending for any period(s) of up to and including 48 months. The Contract is subject to renewal dependant on client requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 13 230 000 GBP which has been calculated on the basis of a 48 month. Contract and a maximum extension period(s) of up to and including 48 months, contingency. for potential increase in usage, and price increases and potential extension for procurement. exercises during the Contract period.
two.2) Description
two.2.1) Title
Lot 3 - South Eastern Sector
Lot No
3
two.2.2) Additional CPV code(s)
- 98321000 - Hairdressing services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Wigs and Associated Products
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £11,700,000
two.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 Framework Agreement will be awarded for a duration of 48 months. Any Call-Off Contract can be made for a maximum duration of up to 4 years each, with the option of extending for any period(s) of up to and including 48 months. The Contract is subject to renewal dependant on client requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 11 700 000 GBP which has been calculated on the basis of a 48 month. Contract and a maximum extension period(s) of up to and including 48 months, contingency. for potential increase in usage, and price increases and potential extension for procurement. exercises during the Contract period.
two.2) Description
two.2.1) Title
Lot 4 - Southern Sector
Lot No
4
two.2.2) Additional CPV code(s)
- 98321000 - Hairdressing services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Wigs and Associated Products
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £19,200,000
two.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 Framework Agreement will be awarded for a duration of 48 months. Any Call-Off Contract can be made for a maximum duration of up to 4 years each, with the option of extending for any period(s) of up to and including 48 months. The Contract is subject to renewal dependant on client requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 19 200 000 GBP which has been calculated on the basis of a 48 month. Contract and a maximum extension period(s) of up to and including 48 months, contingency. for potential increase in usage, and price increases and potential extension for procurement. exercises during the Contract period.
two.2) Description
two.2.1) Title
Lot 5 - Western Sector
Lot No
5
two.2.2) Additional CPV code(s)
- 98321000 - Hairdressing services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Wigs and Associated Products
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £19,010,000
two.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 Framework Agreement will be awarded for a duration of 48 months. Any Call-Off Contract can be made for a maximum duration of up to 4 years each, with the option of extending for any period(s) of up to and including 48 months. The Contract is subject to renewal dependant on client requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 19 010 000 GBP which has been calculated on the basis of a 48 month. Contract and a maximum extension period(s) of up to and including 48 months, contingency. for potential increase in usage, and price increases and potential extension for procurement. exercises during the Contract period.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 15
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-010635
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 March 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 18 September 2022
four.2.7) Conditions for opening of tenders
Date
2 March 2022
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.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 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 I.1. The contracting authority will identify the most economically advantageous tender (MEAT) on the basis of the ‘lowest price/cost submission(s)’, 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 5 Lots, Tenderers can bid for one Lot or all Lots. Details of the evaluation process incorporating price 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 potential value which has been calculated on the basis of a 48 month Contract, with the option of extension period(s) of up to and including 48 months, contingency for, potential increase in usage, any price increases and potential extension for procurement exercises during the Contract period. Under this Framework Agreement/Call-Off Contract(s) the Framework Provider/Contractor will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions will relate, in particular, to social considerations.
six.4) Procedures for review
six.4.1) Review body
Business Services Organisation
77 Boucher Crescent
Belfast
Country
United Kingdom
six.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 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. 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.