- 1. Business Services Organisation, Procurement and Logistics Service
- 2. Belfast Health and Social Care Trust
- 3. NI Ambulance Service Trust
- 4. Northern Health and Social Care Trust
- 5. South Eastern Health and Social Care Trust
- 6. Southern Health and Social Care Trust
- 7. Western Health and Social Care Trust
- 8. NI Fire and Rescue Services
Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Service
Greenmount House, Woodside Road Industrial Estate, Woodside Road
Ballymena
BT42 4TP
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
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 Ambulance Service Trust
Knockbracken Healthcare Park, Saintfield Road
Belfast
BT8 8SG
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
Bretten Hall, Bush Road
Antrim
BT41 2RL
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 Rd
Belfast
BT16 1RH
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
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
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 Fire and Rescue Services
1 Seymour Street
Lisburn
BT27 4SX
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
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 electronically via
https://etendersni.gov.uk/epps
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 Building Maintenance Units, Roof Top Safety and Fall Arrest Systems [3789612]
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 Building Maintenance Units, Roof Top Safety and Fall Arrest Systems [3789612]
two.1.5) Estimated total value
Value excluding VAT: £3,460,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Lot 1 - Building Maintenance Units
Lot No
1
two.2.2) Additional CPV code(s)
- 35113300 - Safety installations
- 35113100 - Site-safety equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Maintenance of Building Maintenance Units, Roof Top Safety and Fall Arrest Systems [3789612]
two.2.5) Award criteria
Quality criterion - Name: Social Value Considerations / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £2,925,000
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
Option to extend for any period(s) up to 24 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 shown in II.2.6 is the highest value estimated in the following range: 681 000 GBP to 2 925 000 GBP which has been calculated on the basis on a 5 year contract plus maximum 24 month extension and contingency for potential additional equipment or higher level of repairs during the contract period for all Clients for Lot 1.
two.2) Description
two.2.1) Title
Lot 2 - Roof Top Safety/Fall Arrest Systems
Lot No
2
two.2.2) Additional CPV code(s)
- 35113300 - Safety installations
- 35113100 - Site-safety equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Maintenance of Building Maintenance Units, Roof Top Safety and Fall Arrest Systems [3789612]
two.2.5) Award criteria
Quality criterion - Name: Social Value Considerations / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £535,000
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
Option to extend for any period(s) up to 24 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 shown in II.2.6 is the highest value estimated in the following range: 149 000 GBP to 535 000 GBP which has been calculated on the basis on a 5 year contract plus maximum 24 month extension and contingency for potential additional equipment or higher level of repairs during the contract period for all Clients for Lot 2.
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-019313
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 December 2022
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: 5 June 2023
four.2.7) Conditions for opening of tenders
Date
7 December 2022
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 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 price 90% and quality - Social Value Considerations 10%, 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
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 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.