91ÃÛÌÒÊÓÆµ

Construction Tenders

08 May 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 14th Feb 2025

Tender Details
Referenceocds-h6vhtk-04b43d
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£7,240,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 14th Feb 2025

Tender Details
Referenceocds-h6vhtk-04b43d
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£7,240,000

Section I: Contracting authority

I.1) Name and addresses

Business Services Organisation, Procurement and Logistics Service

The Cottage, 5 Greenmount Avenue

Ballymena

BT43 6DA

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

Buyer's address

I.1) Name and addresses

Belfast Health and Social Care Trust

A Floor, Belfast City Hospital, Lisburn Road

Belfast

BT9 7AB

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

Buyer's address

I.1) Name and addresses

Northern Health and Social Care Trust

Bretten Hall, Bush Road

Antrim

BT41 2RL

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

Buyer's address

I.1) Name and addresses

Southern Health and Social Care Trust

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

Buyer's address

I.1) Name and addresses

Western Health and Social Care Trust

Altnagelvin Area Hospital, Glenshane Road

Londonderry

BT47 6SB

Email

sourcing.palsballymena [at] hscni.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.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 to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fully Managed Service for Mobile Breast Screening Trailers [5253384]

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

Fully Managed Service for Mobile Breast Screening Trailers

II.1.5) Estimated total value

Value excluding VAT: £7,240,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50800000 - Miscellaneous repair and maintenance services
  • 50111000 - Fleet management, repair and maintenance services
  • 50111100 - Vehicle-fleet management services
  • 50117100 - Motor vehicle conversion services

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

II.2.4) Description of the procurement

Fully Managed Service for Mobile Breast Screening Trailers

II.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 90

II.2.6) Estimated value

Value excluding VAT: £7,240,000

II.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 will be awarded for a duration of 60 months with the option of extending for any period(s) of up to and including 60 month extensions. The Contract is subject to renewal dependent on Client requirements.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value in II.2.6 is the highest value in the following range 234,000.00 GBP to 7,240,000.00 GBP which has been calculated on the basis of a 60 month Contract and a maximum extension period(s) of up to and including 60 months, contingency for potential increase in usage, any price increases and potential extension for procurement exercise(s) during the Contract. period..


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-035890

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

20 March 2025

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 6 October 2025

IV.2.7) Conditions for opening of tenders

Date

20 March 2025

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.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 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 (MEAT) on the basis of 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. 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). LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED.

VI.4) Procedures for review

VI.4.1) Review body

Business Services Organisation

77 Boucher Crescent

Belfast

BT12 6HU

Country

United Kingdom

VI.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 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. 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.