Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 14th Feb 2025
Reference | ocds-h6vhtk-04b43d |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open procedure |
Value | £7,240,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 14th Feb 2025
Reference | ocds-h6vhtk-04b43d |
Common Procurement Vocabulary | Repair and maintenance services |
Procurement Method | Open 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
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
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
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
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
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.