Tender

Roll Cages [3115845]

  • Business Services Organisation, Procurement and Logistics Service
  • Business Services Organisation

F02: Contract notice

Notice identifier: 2021/S 000-005735

Procurement identifier (OCID): ocds-h6vhtk-029dd8

Published 22 March 2021, 11:56am



Section one: Contracting authority

one.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service

The Cottage, 5 Greenmount Avenue

Ballymena

BT43 6DA

Email

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

Email

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.