Recovery and Movement of Fleet Vehicles [4581952]
A Tender Notice
by 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
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £838K
- Sector
- TRANSPORT
- Published
- 18 Dec 2023
- Delivery
- To 12 Apr 2028 (est.)
- Deadline
- 29 Jan 2024 15:00
Concepts
Location
Ballymena
6 buyers
- Business Services Organisation Procurement & Logistics Service on Behalf of Northern Ireland Ambulance Service Trust Northern Ireland Fire & Rescue Service Northern Health & Social Care Trust & Western Health & Social Care Trust Ballymena
- NI Ambulance Service Trust Belfast
- NI Fire & Rescue Services Lisburn
- Northern Health & Social Care Trust Antrim
- Western Health & Social Care Trust Londonderry
Description
Recovery and Movement of Fleet Vehicles [4581952]
Lot Division
1 | Northern Health and Social Care Trust
|
2 | Northern Ireland Ambulance Service – Belfast Division
|
3 | Northern Ireland Ambulance Service – North Lower Division
|
4 | Northern Ireland Ambulance Service – North Upper Division
|
5 | Northern Ireland Ambulance Service – South Division
|
6 | Northern Ireland Ambulance Service – South East Division
|
7 | Northern Ireland Ambulance Service – West Upper Division
|
8 | Northern Ireland Ambulance Service – West Lower Division
|
9 | Northern Ireland Fire and Rescue Service
|
10 | Western Health and Social Care Trust – Northern Sector
|
11 | Western Health and Social Care Trust – Southern Sector
|
Award Criteria
Social Value | 10.0 |
Price | 90.0 |
CPV Codes
- 50118400 - Breakdown and recovery services for motor vehicles
- 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
Indicators
- Bids should cover a maximum number of lots.
- Bids may cover one or more lots.
- This is a recurring contract.
- Renewals are available.
- Award on basis of price and quality.
Other 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.
Reference
- FTS 037192-2023