Opportunity

Construction and Conversion of Passenger Vehicles [3193391]

  • Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland

F02: Contract notice

Notice reference: 2021/S 000-013906

Published 18 June 2021, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland

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.2) Information about 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

Construction and Conversion of Passenger Vehicles [3193391]

two.1.2) Main CPV code

  • 50117000 - Vehicle conversion and reconditioning services

two.1.3) Type of contract

Services

two.1.4) Short description

Construction and Conversion of Passenger Vehicles [3193391]

two.1.5) Estimated total value

Value excluding VAT: £31,013,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

two.2) Description

two.2.1) Title

Lot 1 - 9 Seat Vehicle Conversion

Lot No

1

two.2.2) Additional CPV code(s)

  • 50117100 - Motor vehicle conversion services
  • 50117200 - Ambulance conversion services
  • 50117300 - Reconditioning services of vehicles
  • 50112110 - Body-repair services for vehicles
  • 60130000 - Special-purpose road passenger-transport services
  • 50117000 - Vehicle conversion and reconditioning services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Construction and Conversion of Passenger Vehicles [3193391]

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £2,718,000

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 in II.2.6) is the highest value range for Lot 1: 0.00 GBP to 2 718 000 GBP calculated on the basis of maximum 4 year Call-Off Contract(s) with the option of 24 month extension period(s) and contingency for Secondary Competitions, potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract period.

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 - 17 Seat Vehicle Conversion

Lot No

2

two.2.2) Additional CPV code(s)

  • 50117100 - Motor vehicle conversion services
  • 50117200 - Ambulance conversion services
  • 50117300 - Reconditioning services of vehicles
  • 50112110 - Body-repair services for vehicles
  • 60130000 - Special-purpose road passenger-transport services
  • 50117000 - Vehicle conversion and reconditioning services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Construction and Conversion of Passenger Vehicles [3193391]

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £2,225,000

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 in II.2.6) is the highest value range for Lot 2: 0.00 GBP to 2 225 000 GBP calculated on the basis of maximum 4 year Call-Off Contract(s) with the option of 24 month extension period(s) and contingency for Secondary Competitions, potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract period.

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 - 22 Seat Vehicle Construction

Lot No

3

two.2.2) Additional CPV code(s)

  • 50117100 - Motor vehicle conversion services
  • 50117200 - Ambulance conversion services
  • 50117300 - Reconditioning services of vehicles
  • 50112110 - Body-repair services for vehicles
  • 60130000 - Special-purpose road passenger-transport services
  • 50117000 - Vehicle conversion and reconditioning services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Construction and Conversion of Passenger Vehicles [3193391]

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £14,207,000

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 in II.2.6) is the highest value range for Lot 3: 0.00 GBP to 14 207 000 GBP calculated on the basis of maximum 4 year Call-Off Contract(s) with the option of 24 month extension period(s) and contingency for Secondary Competitions, potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract period.

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 4 - Low Floor Accessible Bus Conversion

Lot No

4

two.2.2) Additional CPV code(s)

  • 50117100 - Motor vehicle conversion services
  • 50117200 - Ambulance conversion services
  • 50117300 - Reconditioning services of vehicles
  • 50112110 - Body-repair services for vehicles
  • 60130000 - Special-purpose road passenger-transport services
  • 50117000 - Vehicle conversion and reconditioning services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Construction and Conversion of Passenger Vehicles [3193391]

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £6,697,000

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 in II.2.6) is the highest value range for Lot 4: 0.00 GBP to 6 697 000 GBP calculated on the basis of maximum 4 year Call-Off Contract(s) with the option of 24 month extension period(s) and contingency for Secondary Competitions, potential extension(s) for procurement exercises and potential price increases during the Framework Agreement and any Call-Off Contract period.

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: 20

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: 2021/S 000-006660

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 July 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: 7 February 2022

four.2.7) Conditions for opening of tenders

Date

22 July 2021

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

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 4 Lots, Tenderers can bid for one Lot, more than one Lot or all Lots. . Tenderers must bid for all Lines listed within Section 1 for Lots 1 to 3. Tenderers are encouraged to complete Section 2 for Lots 1 to 3 which will not be included in the evaluation however will form part of the Framework Agreement. Tenderers must bid for all lines listed within Lot 4. 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 24 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 period and includes a contingency of 10% for Northern Ireland Ambulance Service Trust and 10% for Northern Ireland Fire and Rescue Service. Under this Framework Agreement and Call-Off Contract(s) the Framework Provider/Contractor will be required to support the Client's social benefit objectives. Accordingly, Call-Off Contract performance conditions will relate, in particular, to social considerations for all Lots..

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 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 Contract 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.