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
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.