Section one: Contracting authority
one.1) Name and addresses
Procurement and Logistics Service
Pinewood Villa, Longstone Hosptial, 73 Loughgall Road
Armagh
BT61 7PR
Contact
palsarmagh.sourcinghscni.net
Country
United Kingdom
Region 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
Country
United Kingdom
Region 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
Country
United Kingdom
Region 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
Country
United Kingdom
Region 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
Country
United Kingdom
Region 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
Country
United Kingdom
Region 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
Country
United Kingdom
Region 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
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
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
Courier and Transportation Services for Category B (UN3373) Biological Substances and Specimens
two.1.2) Main CPV code
- 64120000 - Courier services
two.1.3) Type of contract
Services
two.1.4) Short description
Courier and Transportation Services for Category B (UN3373) Biological Substances and Specimens
two.1.5) Estimated total value
Value excluding VAT: £3,143,787.27
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 64100000 - Post and courier services
- 64113000 - Postal services related to parcels
- 60000000 - Transport services (excl. Waste transport)
- 60100000 - Road transport services
- 64121000 - Multi-modal courier services
- 64121100 - Mail delivery services
- 64121200 - Parcel delivery services
- 71900000 - Laboratory services
- 85111800 - Pathology services
- 85111810 - Blood analysis services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Courier and Transportation Services for Category B (UN3373) Biological Substances and Specimens
two.2.5) Award criteria
Quality criterion - Name: Social Value Considerations / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £3,143,787.27
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
The 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: Yes
Description of options
Following the Initial Contract Period there is the option to extend up to 36 months. An additional 18 months emergency extension is available
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 with the option to extend up to 36 months plus 18 months emergency extension.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-002604
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 April 2024
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: 8 October 2024
four.2.7) Conditions for opening of tenders
Date
11 April 2024
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 "Best Price-Quality Ratio", 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 Service
Armagh
Country
United Kingdom