Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care HSC in Northern Ireland
The Cottage, 5 Greenmount Avenue
Ballymena
BT43 6DA
sourcing.palsballymena@hscni.net
Country
United Kingdom
Region code
UKN0 - Northern Ireland
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
sourcing.palsballymena@hscni.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
Business Services Organisation
2 Franklin Street
Belfast
BT2 8DQ
sourcing.palsballymena@hscni.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
NI Regulation and Quality Improvement Authority
9th Floor Riverside Tower, 5 Lanyon Place
Belfast
BT1 3BT
sourcing.palsballymena@hscni.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
NI Public Health Agency
Linenhall Street Unit, 12-22 Linenhall Street
Belfast
BT2 8BS
sourcing.palsballymena@hscni.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.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/or Passenger Transport Services - Belfast Area [4997719]
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/or Passenger Transport Services - Belfast Area [4997719]
two.1.5) Estimated total value
Value excluding VAT: £32,600,000
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 - Passenger Transport - Belfast Area
Lot No
1
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
- 64120000 - Courier services
- 60170000 - Hire of passenger transport vehicles with driver
- 60112000 - Public road transport services
- 60100000 - Road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60180000 - Hire of goods-transport vehicles with driver
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Courier and/or Passenger Transport Services - Belfast Area [4997719]
two.2.5) Award criteria
Quality criterion - Name: Quality - Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £24,700,000
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 24 700 000 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.2.14) Additional information
The percentage score achieved for Social Value for this Lot will be added to the Financial percentage score for each Section(s) (i.e. Vehicle Type(s)) bid for within the Lot. This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Saloon Vehicle - 0.00 GBP to 19 600 000 GBP and Section 2: Wheelchair Accessible Vehicle - 0.00 GBP to 5 100 000 GBP. Tenderers can bid for one or both Sections within Lot 1 – Passenger Transport – Belfast Area. Tenderers are encouraged to complete Section 1a and Section 2a which will not be included in the evaluation however will form part of the Framework Agreement.
two.2) Description
two.2.1) Title
Lot 2 - Courier Services - Belfast Area
Lot No
2
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
- 64120000 - Courier services
- 60170000 - Hire of passenger transport vehicles with driver
- 60112000 - Public road transport services
- 60100000 - Road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60180000 - Hire of goods-transport vehicles with driver
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Courier and/or Passenger Transport Services - Belfast Area [4997719]
two.2.5) Award criteria
Quality criterion - Name: Quality - Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £5,800,000
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 5 800 000 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 - Motorcycle Courier - Belfast Area
Lot No
3
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
- 64120000 - Courier services
- 60170000 - Hire of passenger transport vehicles with driver
- 60112000 - Public road transport services
- 60100000 - Road transport services
- 60130000 - Special-purpose road passenger-transport services
- 60180000 - Hire of goods-transport vehicles with driver
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Courier and/or Passenger Transport Services - Belfast Area [4997719]
two.2.5) Award criteria
Quality criterion - Name: Quality - Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £2,100,000
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 2 100 000 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: 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: 2024/S 000-003522
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 August 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: 24 February 2025
four.2.7) Conditions for opening of tenders
Date
8 August 2024
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 Health and Social Care (HSC) in Northern Ireland. The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) on the basis of the Quality (Pass/Fail), Social Value 10% and Price 90% for each Lot/Section(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 3 Lots, Tenderers can bid for one Lot, more than one Lot or all Lots. Lot 1, contains 2 Sections, Tenderers can bid for one or both Sections (Vehicle Types). Tenderers who bid for more than one Lot/Section (Vehicle Type) will have their bid per Lot/Section (Vehicle Type) treated and evaluated as a separate bid as detailed within the Tender Evaluation Methodology and Marking Scheme SS20b (TEMMS). Each Lot/Section (Vehicle Type) bid for must be bid for in its entirety otherwise the bid for that Lot/Section (Vehicle Type) will fail and be rejected. Tenderers who bid for Lot 1 are encouraged to complete Sections 1a and Section 2a which will not be included in the evaluation however will form part of the Framework Agreement. It is the intention to make award of a place on the framework agreement to all tenderers where sufficient compliant bids are received for the applicable Lot(s)/Section(s). Should there be no compliant bids received for a Lot/Section(s) this will result in a no award for that Lot/Section(s). The value shown in II.1.5 shows the estimated total value which has been calculated on the basis of a maximum 48 month 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. Please note that in regard to IV.1.3 where it states, 'Envisaged maximum number of participants to the framework agreement: 20', this should read, ‘Envisaged minimum number of participants to the framework agreement: 20’. 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 value for all Lots/Sections. LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED.
six.4) Procedures for review
six.4.1) Review body
Business Services Organisation
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.