Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service
Pinewood Villa, Longstone Hospital, 73 Loughgall Road
Armagh
BT12 6HU
Country
United Kingdom
Region code
UKN - Northern Ireland
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
Country
United Kingdom
Region code
UKN - Northern Ireland
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
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 electronically via
https://etendersni.gov.uk/epps
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
Provision of Authorising Engineer for Water and Fire Systems (5279046)
two.1.2) Main CPV code
- 71300000 - Engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Authorising Engineer for Water and Fire Systems (5279046)
two.1.5) Estimated total value
Value excluding VAT: £433,500
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 - Water Systems HTM 04-01
Lot No
1
two.2.2) Additional CPV code(s)
- 71330000 - Miscellaneous engineering services
- 71630000 - Technical inspection and testing services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71317210 - Health and safety consultancy services
- 45232430 - Water-treatment work
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of Authorising Engineer for Water and Fire Systems (5279046)
two.2.5) Award criteria
Quality criterion - Name: Non-Price Technical Envelope Social Value / Weighting: 10
Price - Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £229,500
two.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
This Contract is subject to renewal dependent on the clients 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 estimated value stated in II.2.6 is for 2 years plus provision of 60 months extension period, plus 18 months emergency extension and includes 200 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
two.2) Description
two.2.1) Title
Lot 2 - Fire Systems HTM 05-01 and HTM 05-03
Lot No
2
two.2.2) Additional CPV code(s)
- 71330000 - Miscellaneous engineering services
- 71630000 - Technical inspection and testing services
- 71800000 - Consulting services for water-supply and waste consultancy
- 71317210 - Health and safety consultancy services
- 45232430 - Water-treatment work
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of Authorising Engineer for Water and Fire Systems (5279046)
two.2.5) Award criteria
Quality criterion - Name: Non-Price Technical Envelope Social Value / Weighting: 10
Price - Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £204,000
two.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
This Contract is subject to renewal dependent on clients 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 estimated value stated in II.2.6 is for 2 years plus provision of 60 months extension period, plus 18 months emergency extension and includes 200 percent contingency for potential increase in demand. It is not a guarantee of uptake or minimum demand.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 March 2025
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: 30 August 2025
four.2.7) Conditions for opening of tenders
Date
3 March 2025
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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 "lowest. price/cost", 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
six.4) Procedures for review
six.4.1) Review body
Business Services Organisation, Procurement and Logistics Services
Belfast
Country
United Kingdom