- 1. Business Services Organisation, Procurement and Logistics Service on Behalf of, Northern Ireland Ambulance Service Trust, Northern Ireland Fire and Rescue Service, Northern Health and Social Care Trust and Western Health and Social Care Trust
- 2. NI Ambulance Service Trust
- 3. NI Fire and Rescue Services
- 4. Northern Health and Social Care Trust
- 5. 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, Northern Ireland Ambulance Service Trust, Northern Ireland Fire and Rescue Service, Northern Health and Social Care Trust and Western Health and Social Care Trust
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
NI Ambulance Service Trust
Knockbracken Healthcare Park, Saintfield Road
Belfast
BT8 8SG
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 Fire and Rescue Services
1 Seymour Street
Lisburn
BT27 4SX
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
Bretten 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
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
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
Recovery and Movement of Fleet Vehicles [4581952]
two.1.2) Main CPV code
- 50118400 - Breakdown and recovery services for motor vehicles
two.1.3) Type of contract
Services
two.1.4) Short description
Recovery and Movement of Fleet Vehicles [4581952]
two.1.5) Estimated total value
Value excluding VAT: £838,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
11
two.2) Description
two.2.1) Title
Lot 1 - Northern Health and Social Care Trust
Lot No
1
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £40,500
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 40 500 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 25 800 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 14 700 GBP, Tenderers can bid for one or all Sections within Lot 1 – Northern Health and Social Care Trust.
two.2) Description
two.2.1) Title
Lot 2 - Northern Ireland Ambulance Service – Belfast Division
Lot No
2
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £116,700
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 116 700 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 73 100 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 43 600 GBP, Tenderers can bid for one or all Sections within Lot 2 – Northern Ireland Ambulance Service Trust - Belfast Division.
two.2) Description
two.2.1) Title
Lot 3 - Northern Ireland Ambulance Service – North Lower Division
Lot No
3
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £94,300
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 94 300 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 53 300 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 41 000 GBP, Tenderers can bid for one or all Sections within Lot 3 – Northern Ireland Ambulance Service Trust - North Lower Division.
two.2) Description
two.2.1) Title
Lot 4 - Northern Ireland Ambulance Service – North Upper Division
Lot No
4
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £107,400
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 107 400 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 67 500 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 39 900 GBP, Tenderers can bid for one or all Sections within Lot 4 – Northern Ireland Ambulance Service Trust - North Upper Division.
two.2) Description
two.2.1) Title
Lot 5 - Northern Ireland Ambulance Service – South Division
Lot No
5
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £129,600
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 129 600 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 81 300 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 48 300 GBP, Tenderers can bid for one or all Sections within Lot 5 – Northern Ireland Ambulance Service Trust - South Division.
two.2) Description
two.2.1) Title
Lot 6 - Northern Ireland Ambulance Service – South East Division
Lot No
6
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £125,000
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 125 000 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 50 000 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 75 000 GBP, Tenderers can bid for one or all Sections within Lot 6 – Northern Ireland Ambulance Service Trust - South East Division.
two.2) Description
two.2.1) Title
Lot 7 - Northern Ireland Ambulance Service – West Upper Division
Lot No
7
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £70,600
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 70 600 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 43 200 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 27 400 GBP, Tenderers can bid for one or all Sections within Lot 7 – Northern Ireland Ambulance Service Trust - West Upper Division.
two.2) Description
two.2.1) Title
Lot 8 - Northern Ireland Ambulance Service – West Lower Division
Lot No
8
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £47,800
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 47 800 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 28 700 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 19 100 GBP, Tenderers can bid for one or all Sections within Lot 8 - Northern Ireland Ambulance Service – West Lower Division.
two.2) Description
two.2.1) Title
Lot 9 - Northern Ireland Fire and Rescue Service
Lot No
9
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £52,300
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 52 300 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 10 - Western Health and Social Care Trust – Northern Sector
Lot No
10
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £26,900
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 26 900 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 17 500 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 9 400 GBP, Tenderers can bid for one or all Sections within Lot 10 - Western Health and Social Care Trust – Northern Sector.
two.2) Description
two.2.1) Title
Lot 11 - Western Health and Social Care Trust – Southern Sector
Lot No
11
two.2.2) Additional CPV code(s)
- 50118100 - Breakdown and recovery services for cars
- 50118200 - Breakdown and recovery services for commercial vehicles
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Recovery and Movement of Fleet Vehicles [4581952]
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 90
two.2.6) Estimated value
Value excluding VAT: £26,900
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 26 900 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
This Lot contains 2 Sections, with the estimated value ranges as follows, Section 1: Vehicles up to and including 3.5 tonne - 0 00 GBP to 17 500 GBP and Section 2: Vehicles 3.51 tonne and above - 0 00 GBP to 9 400 GBP, Tenderers can bid for one or all Sections within Lot 11 - Western Health and Social Care Trust – Southern Sector.
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: 33
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: 2023/S 000-014327
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 January 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: 16 August 2024
four.2.7) Conditions for opening of tenders
Date
29 January 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 the Northern Ireland Ambulance Service Trust, Northern Ireland Fire and Rescue Service, Northern Health and Social Care Trust and Western Health and Social Care Trust. The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) on the basis of the Price 90% and Social Value 10% once full compliance has been demonstrated with all of the elements of the specification, including Quality - Pass/Fail and any other requirements as listed in the tender documentation. This tender contains 11 Lots, Tenderers can bid for one Lot, more than one Lot or all Lots. Within Lots 1 to 8 and Lots 10 to 11, Tenderers can bid for one or all Sections. Tenderers who bid for both Sections will have their bid per Section treated and evaluated as a separate bid as detailed within the Tender Evaluation Methodology and Marking Scheme (TEMMS). Each Section bid for must be bid for its entirety otherwise the bid for that Section will fail and be rejected. It is the intention to award a place on the Framework Agreement to a minimum of three ranked Tenderers with the highest percentage weighted score where sufficient compliance bids are received. Should less than 3 compliant bids be received for any Section the Award will still proceed for the compliant bids which have been received for that Section. Should there be no compliant bids received for a Section(s) this will result in a no award for that Section(s). Tenderers must bid for all pricing elements within each Section(s) bid for. The 10% for Social Value and details of the Quality split and the evaluation process incorporating Price, Quality, Social Value 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 estimated total value which has been calculated on the basis of a maximum 4 year 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: 33”, this should read, ‘Envisaged minimum number of participants to the framework agreement: 33’. 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. LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED.
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 (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.