Section one: Contracting authority
one.1) Name and addresses
Procurement and Logistics Service
Maple House, 45 Bush Road
Antrim
BT41 2RL
sourcing.PaLSCapital@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.PaLSCapital@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.PaLSCapital@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 Rd
Belfast
BT16 1RH
sourcing.PaLSCapital@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.PaLSCapital@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.PaLSCapital@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
sourcing.PaLSCapital@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 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
Rigid and Semi-Rigid Telescopes, Ancillary Equipment and Accessories
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
Rigid and Semi-Rigid Telescopes, Ancillary Equipment and Accessories
two.1.5) Estimated total value
Value excluding VAT: £19,720,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Arthroscopic Rigid/Semi-Rigid Telescopes, Ancillary Equipment and Accessories.
Lot No
1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33160000 - Operating techniques
- 33168000 - Endoscopy, endosurgery devices
- 33168100 - Endoscopes
- 33162000 - Operating theatre devices and instruments
- 33162100 - Operating-theatre devices
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKN - Northern Ireland
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Rigid and Semi-Rigid Telescopes, Ancillary Equipment and Accessories
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £4,930,000
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 Contract is subject to renewal dependent on Client requirements
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 in II.2.6 is for a 4 year period plus an 18 month emergency extension. The value of this Lot is subject to the Client's patient requirements therefore, the Estimated total value in II.1.5 has been divided amongst the Lots. 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..
two.2) Description
two.2.1) Title
ENT/Ophthalmology/Respiratory Rigid/Semi-Rigid Telescopes, Ancillary Equipment and Accessories
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33160000 - Operating techniques
- 33168000 - Endoscopy, endosurgery devices
- 33168100 - Endoscopes
- 33162000 - Operating theatre devices and instruments
- 33162100 - Operating-theatre devices
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKN - Northern Ireland
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Rigid and Semi-Rigid Telescopes, Ancillary Equipment and Accessories
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £4,930,000
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 Contract is subject to renewal dependent on Client requirements
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 in II.2.6 is for a 4 year period plus an 18 month emergency extension. The value of this Lot is subject to the Client's patient requirements therefore, the Estimated total value in II.1.5 has been divided amongst the Lots. 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..
two.2) Description
two.2.1) Title
Genitourinary Rigid/Semi-Rigid Telescopes, Ancillary Equipment and Accessories
Lot No
3
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33160000 - Operating techniques
- 33168000 - Endoscopy, endosurgery devices
- 33168100 - Endoscopes
- 33162000 - Operating theatre devices and instruments
- 33162100 - Operating-theatre devices
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKN - Northern Ireland
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Rigid and Semi-Rigid Telescopes, Ancillary Equipment and Accessories
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £4,930,000
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 Contract is subject to renewal dependent on Client requirements.
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 in II.2.6 is for a 4 year period plus an 18 month emergency extension. The value of this Lot is subject to the Client's patient requirements therefore, the Estimated total value in II.1.5 has been divided amongst the Lots. 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..
two.2) Description
two.2.1) Title
Laparoscopy/Gastrointestinal Rigid/Semi-Rigid Telescopes Ancillary Equipment and Accessories.
Lot No
4
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33160000 - Operating techniques
- 33168000 - Endoscopy, endosurgery devices
- 33168100 - Endoscopes
- 33162000 - Operating theatre devices and instruments
- 33162100 - Operating-theatre devices
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
- UKN - Northern Ireland
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Rigid and Semi-Rigid Telescopes, Ancillary Equipment and Accessories
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £4,930,000
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 Contract is subject to renewal dependent on Client requirements.
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 in II.2.6 is for a 4 year period plus an 18 month emergency extension. The value of this Lot is subject to the Client's patient requirements therefore, the Estimated total value in II.1.5 has been divided amongst the Lots. 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.1.3) 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: 30
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
13 January 2025
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: 1 August 2025
four.2.7) Conditions for opening of tenders
Date
13 January 2025
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
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.