Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service
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
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.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
Roll Cages [3115845]
two.1.2) Main CPV code
- 34900000 - Miscellaneous transport equipment and spare parts
two.1.3) Type of contract
Supplies
two.1.4) Short description
Roll Cages [3115845]
two.1.5) Estimated total value
Value excluding VAT: £5,385,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34000000 - Transport equipment and auxiliary products to transportation
- 34950000 - Loadbearing equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Roll Cages [3115845]
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £5,385,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
This Contract will be awarded for a duration of 84 months with the option of extending for period(s) of up to and including 36 months. The Contract is subject to renewal dependent 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 on II.2.6 is the highest value in the following range 2 141 000 GBP to 5 385 000 GBP which has been calculated on the basis of a 84 month contract and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, any 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.1.8) 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
26 April 2021
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: 12 November 2021
four.2.7) Conditions for opening of tenders
Date
26 April 2021
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 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 participant 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 1 Lot with 3 Sections. Tenderers must bid for all items listed within the three sections, each section must be completed in full and must be for all items within each Section. The value shown in II.2.6 shows the potential value which has been calculated on the basis of a 84 month contract with the option of extension period(s) of up to and including 36 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercises during the contract period..
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
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.