Tender

Maintenance of Vehicles for Southern HSC Trust [3103955]

  • Business Services Organisation, Procurement and Logistics Service on behalf of Southern Health and Social Care Trust

F02: Contract notice

Notice identifier: 2021/S 000-020364

Procurement identifier (OCID): ocds-h6vhtk-02d6fb

Published 19 August 2021, 3:55pm



Section one: Contracting authority

one.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service on behalf of Southern Health and Social Care Trust

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

Maintenance of Vehicles for Southern HSC Trust [3103955]

Reference number

3103955

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Maintenance of Vehicles for Southern HSC Trust [3103955]

two.1.5) Estimated total value

Value excluding VAT: £10,605,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50800000 - Miscellaneous repair and maintenance services
  • 50116000 - Maintenance and repair services related to specific parts of vehicles
  • 50116400 - Repair and maintenance services of vehicle transmissions
  • 50116200 - Repair and maintenance services of vehicle brakes and brake parts
  • 50116300 - Repair and maintenance services of vehicle gearboxes
  • 50111110 - Vehicle-fleet-support services
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 34100000 - Motor vehicles

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Maintenance of Vehicles for Southern HSC Trust [3103955]

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 5%

Cost criterion - Name: Price / Weighting: 95%

two.2.6) Estimated value

Value excluding VAT: £10,605,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The value on II.2.6 is the highest value in the following range 1,168,000 GBP to 10 605 000 GBP which has been calculated on the basis of a 60 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.

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 1,168,000 GBP to 10 605 000 GBP which has been calculated on the basis of a 60 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

21 September 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: 9 April 2022

four.2.7) Conditions for opening of tenders

Date

21 September 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 Price 95 % and Quality 5 %, once full compliance has been demonstrated with all of the elements of the specification and any other requirements as listed in the Tender Documentation. The 5 % for Quality is 1 question and details of the quality split and 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.2.6. shows the potential value which has been calculated on the basis of a 60 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. Under this Contract the Contractor will be required to support the Client's social benefit objectives. Accordingly, contract performance conditions will relate, in particular, to social considerations.

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.