- 1. Business Services Organisation, Procurement and Logistics Service on behalf of Health and Social Care in Northern Ireland
- 2. Belfast Health and Social Care Trust
- 3. Northern Health and Social Care Trust
- 4. South Eastern Health and Social Care Trust
- 5. Southern Health and Social Care Trust
- 6. Western Health and Social Care Trust
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
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
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
Northern Health and Social Care Trust
Brettan Hall, Bush Road
Antrim
BT41 2RL
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
South Eastern Health and Social Care Trust
Ulster Hospital, Upper Newtownards Road
Belfast
BT16 1RH
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
Southern Health and Social Care Trust
Craigavon Area Hospital,68 Lurgan Road
Portadown
BT63 5QQ
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
Western Health and Social Care Trust
Altnagelvin Area Hospital, Glenshane Road
Londonderry
BT47 6SB
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Orthoses Products and Provision of Orthotic Service
two.1.2) Main CPV code
- 33183000 - Orthopaedic support devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
Orthoses Products and Provision of Orthotic Service
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
5
two.2) Description
two.2.1) Title
Lot 1 - Belfast Health and Social Care Trust
Lot No
1
two.2.2) Additional CPV code(s)
- 18832000 - Special footwear
- 33141700 - Orthopaedic supplies
- 85111600 - Orthotic services
- 33141740 - Orthopaedic footwear
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Orthoses Products and Provision of Orthotic Service
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Contract is subject to renewal dependent on Client requirements. It is anticipated that this Contract will be for a duration of up to 5 years with the option of extending for any periods of up to and including 36 months.
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 in II.2.6 is the highest value for Lot 1 in the following range 0 GBP to 45 000 000 GBP which has been calculated on the basis of a 5 year Contract and maximum 36 month extension period(s) and contingency for potential increase in product/service requirements and potential extension for procurement exercises during the Contract period.
two.2) Description
two.2.1) Title
Lot 2 - Northern Health and Social Care Trust
Lot No
2
two.2.2) Additional CPV code(s)
- 18832000 - Special footwear
- 33141700 - Orthopaedic supplies
- 85111600 - Orthotic services
- 33141740 - Orthopaedic footwear
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Orthoses Products and Provision of Orthotic Service
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £5,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Contract is subject to renewal dependent on Client requirements. It is anticipated that this Contract will be for a duration of up to 5 years with the option of extending for any periods of up to and including 36 months.
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 in II.2.6 is the highest value for Lot 2 in the following range 0 GBP to 5 200 000 GBP which has been calculated on the basis of a 5 year Contract and maximum 36 month extension period(s) and contingency for potential increase in product/service requirements and potential extension for procurement exercises during the Contract period.
two.2) Description
two.2.1) Title
Lot 3 - South Eastern Health and Social Care Trust
Lot No
3
two.2.2) Additional CPV code(s)
- 18832000 - Special footwear
- 33141700 - Orthopaedic supplies
- 85111600 - Orthotic services
- 33141740 - Orthopaedic footwear
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Orthoses Products and Provision of Orthotic Service
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £5,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Contract is subject to renewal dependent on Client requirements. It is anticipated that this Contract will be for a duration of up to 5 years with the option of extending for any periods of up to and including 36 months.
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 in II.2.6 is the highest value for Lot 3 in the following range 0 GBP to 5 700 000 GBP which has been calculated on the basis of a 5 year Contract and maximum 36 month extension period(s) and contingency for potential increase in product/service requirements and potential extension for procurement exercises during the Contract period..
two.2) Description
two.2.1) Title
Lot 4 - Southern Health and Social Care Trust
Lot No
4
two.2.2) Additional CPV code(s)
- 18832000 - Special footwear
- 33141700 - Orthopaedic supplies
- 85111600 - Orthotic services
- 33141740 - Orthopaedic footwear
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Orthoses Products and Provision of Orthotic Service
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £5,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Contract is subject to renewal dependent on Client requirements. It is anticipated that this Contract will be for a duration of up to 5 years with the option of extending for any periods of up to and including 36 months
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 in II.2.6 is the highest value for Lot 4 in the following range 0 GBP to 5 900 000 GBP which has been calculated on the basis of a 5 year Contract and maximum 36 month extension period(s) and contingency for potential increase in product/service requirements and potential extension for procurement exercises during the Contract period..
two.2) Description
two.2.1) Title
Lot 5 - Western Health and Social Care Trust
Lot No
5
two.2.2) Additional CPV code(s)
- 18832000 - Special footwear
- 33141700 - Orthopaedic supplies
- 85111600 - Orthotic services
- 33141740 - Orthopaedic footwear
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Orthoses Products and Provision of Orthotic Service
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £13,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Contract is subject to renewal dependent on Client requirements. It is anticipated that this Contract will be for a duration of up to 5 years with the option of extending for any periods of up to and including 36 months.
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 in II.2.6 is the highest value for Lot 5 in the following range 0 GBP to 13 200 000 GBP which has been calculated on the basis of a 5 year Contract and maximum 36 month extension period(s) and contingency for potential increase in product/service requirements 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
9 October 2023
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: 26 April 2024
four.2.7) Conditions for opening of tenders
Date
9 October 2023
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 procurement is a joint procedure and Contract award is by a Central Purchasing Body. This Contract is not a joint Contract, it is a Central Purchasing. Body Contract operated by Business Services Organisation, Procurement and Logistics Service on behalf of the participants listed in I.1. The Contracting Authority will identify the. Most Economically Advantageous Tender(s) (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 5 Lots, Tenderers can bid for one Lot, more than one Lot, or all Lots. Details of the. evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) SS20b. The value shown in II.1.5. shows the potential value which has been calculated on the basis of a 5 year contract with the option of extension period(s) of up to and including 36 months, contingency for,. potential increase in product/service requirements and potential extension for procurement exercises during the Contract period.
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
Business Services Organisation, Procurement and Logistics Service 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. 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.