Vehicle Tail Lifts, Ramps and Steps [5067631]
A Tender Notice
by BUSINESS SERVICES ORGANISATION, PROCUREMENT AND LOGISTICS SERVICE ON BEHALF OF HEALTH AND SOCIAL CARE IN NORTHERN IRELAND
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- 4 year
- Value
- £9M
- Sector
- TRANSPORT
- Published
- 19 Jul 2024
- Delivery
- To 19 Aug 2028 (est.)
- Deadline
- 19 Aug 2024 15:00
Concepts
Location
Ballymena
11 buyers
- Health & Social Care in Northern Ireland Ballymena
- Belfast Health & Social Care Trust Belfast
- Northern Health & Social Care Trust Antrim
- South Eastern Health & Social Care Trust Belfast
- Southern Health & Social Care Trust Portadown
- Western Health & Social Care Trust Londonderry
- NI Ambulance Service Trust Belfast
- NI Blood Transfusion Service Belfast
- Business Services Organisation Belfast
- NI Fire & Rescue Services Lisburn
Description
Vehicle Tail Lifts, Ramps and Steps [5067631]
Lot Division
1 | Belfast Health and Social Care Trust
|
2 | Northern Health and Social Care Trust
|
3 | South Eastern Health and Social Care Trust
|
4 | Southern Health and Social Care Trust for Banbridge, Newry and Mourne
|
5 | Southern Health and Social Care Trust for Craigavon, Armagh and Dungannon
|
6 | Western Health and Social Care Trust
|
7 | NI Ambulance Service Trust
|
8 | NI Blood Transfusion Service
|
9 | Business Services Organisation – Boucher, Lissue and Campsie
|
10 | NI Fire and Rescue Service
|
Award Criteria
Social Value | 10.0 |
Price | 90.0 |
CPV Codes
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50000000 - Repair and maintenance services
- 50111000 - Fleet management, repair and maintenance services
- 50111100 - Vehicle-fleet management services
- 50117100 - Motor vehicle conversion services
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 participants listed in I.1. The Contracting Authority will identify the most economically advantageous tender(s) (MEAT) on the basis of Quality (Pass/Fail), Social Value 10% and Price 90% for each of the Lot(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. This tender contains 10 Lots. Tenderers can bid for one, more than one or all Lots. Each Lot bid for, must be bid for in its entirety otherwise the bid for that Lot will fail and be rejected. Tenderers who bid for more than one Lot will have their bid treated and evaluated as a separate bid as detailed within the Tender Evaluation Methodology and Marking Scheme SS20b (TEMMS). It is the intention to make award of a place on the framework agreement to all tenderers who have successfully passed through all evaluation steps for the applicable Lot(s) bid for. Awarded Tenderers will be ranked on the basis of overall percentage score; the awarded Tenderer with the highest overall percentage score will be awarded Rank 1 and so on through all awarded Tenderers for each Lot(s) bid for. The value shown in II.1.5 shows the estimated total value which has been calculated on the basis of a maximum 48 month 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: 30', this should read, ‘Envisaged minimum number of participants to the framework agreement: 30’. Accordingly, Call-Off Contract performance conditions will relate, in particular, to social value for all Lots. Under the Call-Off Contract(s), the Contractor will be required to support the Client's social benefit objectives. LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED.
Reference
- FTS 022463-2024