Opportunity

Pharmacy Isolators

  • Procurement and Logistics Service
  • Northern Health and Social Care Trust

F02: Contract notice

Notice reference: 2023/S 000-029478

Published 6 October 2023, 9:22am



Section one: Contracting authority

one.1) Name and addresses

Procurement and Logistics Service

Maple House, 45 Bush Road

Antrim

BT41 2PX

Email

Sourcing.PaLSCapital@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.1) Name and addresses

Northern Health and Social Care Trust

Bretten Hall, Bush Road

Antrim

BT41 2RL

Email

Sourcing.PaLSCapital@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 involves joint procurement

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

Pharmacy Isolators

two.1.2) Main CPV code

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

two.1.3) Type of contract

Supplies

two.1.4) Short description

Pharmacy Isolators

two.1.5) Estimated total value

Value excluding VAT: £173,144

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33600000 - Pharmaceutical products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
  • UKN - Northern Ireland

two.2.4) Description of the procurement

Pharmacy Isolators

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £173,144

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

Duration in months

18

This contract is subject to renewal

No

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 estimated value stated in II.2.6 is for an 18 month period, with the option of extending for any period(s) up to and including 12 months. The Authority and the Client are committed to the promotion of Social Value and the Contractor(s) will be required to support the Client's social benefit objectives. Accordingly, Contract performance conditions will relate, in particular, to social value considerations.


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

10 November 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: 8 May 2024

four.2.7) Conditions for opening of tenders

Date

10 November 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

In section 1.2, 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 section 1.1. The Contracting Authorities 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. Details of the evaluation process incorporating price and compliance are provided as part of the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b)

six.4) Procedures for review

six.4.1) Review body

Business Services Organisation, Procurement and Logistics Services

Antrim

Country

United Kingdom