Tender

Courier and/or Passenger Transport Services - Belfast Area [4997719]

  • Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care HSC in Northern Ireland
  • Belfast Health and Social Care Trust
  • Business Services Organisation
  • NI Regulation and Quality Improvement Authority
  • NI Public Health Agency

F02: Contract notice

Notice identifier: 2024/S 000-020574

Procurement identifier (OCID): ocds-h6vhtk-0436c7

Published 5 July 2024, 12:07pm



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

Email

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

Email

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

Email

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

Email

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

Email

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.