Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service on behalf of Northern Health and Social Care Trust and Northern Ireland Blood Transfusion 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
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
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.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
Courier and Transport Services - NHSCT and NIBTS [3737954]
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
Courier and Transport Services - NHSCT and NIBTS [3737954]
two.1.5) Estimated total value
Value excluding VAT: £8,013,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Lot 1 - Courier Services - NIBTS
Lot No
1
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
- 34130000 - Motor vehicles for the transport of goods
- 60120000 - Taxi services
- 60170000 - Hire of passenger transport vehicles with driver
- 60112000 - Public road transport services
- 60180000 - Hire of goods-transport vehicles with driver
- 60100000 - Road transport services
- 34115200 - Motor vehicles for the transport of fewer than 10 persons
- 60130000 - Special-purpose road passenger-transport services
- 64100000 - Post and courier services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Courier and Transport Services - NHSCT and NIBTS [3737954]
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £3,717,000
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 value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 3 717 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
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) Description
two.2.1) Title
Lot 2 - Passenger Services including Courier - NIBTS
Lot No
2
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
- 34130000 - Motor vehicles for the transport of goods
- 60120000 - Taxi services
- 60170000 - Hire of passenger transport vehicles with driver
- 60112000 - Public road transport services
- 60180000 - Hire of goods-transport vehicles with driver
- 60100000 - Road transport services
- 34115200 - Motor vehicles for the transport of fewer than 10 persons
- 60130000 - Special-purpose road passenger-transport services
- 64100000 - Post and courier services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Courier and Transport Services - NHSCT and NIBTS [3737954]
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £547,000
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 value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 547 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
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) Description
two.2.1) Title
Lot 3 - Courier Services - NHSCT
Lot No
3
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
- 34130000 - Motor vehicles for the transport of goods
- 60120000 - Taxi services
- 60170000 - Hire of passenger transport vehicles with driver
- 60112000 - Public road transport services
- 60180000 - Hire of goods-transport vehicles with driver
- 60100000 - Road transport services
- 34115200 - Motor vehicles for the transport of fewer than 10 persons
- 60130000 - Special-purpose road passenger-transport services
- 64100000 - Post and courier services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Courier and Transport Services - NHSCT and NIBTS [3737954]
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £3,749,000
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 value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 3 749 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
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
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: 9
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: 2022/S 000-003791
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 June 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: 31 December 2022
four.2.7) Conditions for opening of tenders
Date
14 June 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 Framework Agreement is not a joint contract, it is a central purchasing body Framework Agreement operated by Business Services Organisation, Procurement and Logistics Service on behalf of the Northern Health and Social Care Trust and Northern Ireland Blood Transfusion Service. The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) on the basis of 100% price, 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 3 Lots, Tenderers can bid for one Lot, more than one Lot or all Lots. It is the intention to award a place on the Framework Agreement to a minimum of three ranked Tenderers with the highest percentage weighted score where sufficient compliance bids are received. Tenderers must bid for all Lines listed within Lots 1 and Lot 3. For Lot 2 tenderers can bid for one, more than one or all Areas. The evaluation process incorporating price, quality 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 estimated total value which has been calculated on the basis of a maximum 4 year Call-Off Contract(s) with the option of 36 month extension period(s), contingency for Secondary Competitions, potential extension(s) for procurement exercises, potential price increases during the Framework Agreement and any Call-Off Contract. LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED..
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 Framework Agreement 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 Framework Agreement 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.