Courier and Transport Services - NHSCT and NIBTS [3737954]

A Tender Notice
by BUSINESS SERVICES ORGANISATION, PROCUREMENT AND LOGISTICS SERVICE ON BEHALF OF NORTHERN HEALTH AND SOCIAL CARE TRUST AND NORTHERN IRELAND BLOOD TRANSFUSION SERVICE

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£8M
Sector
TRANSPORT
Published
13 May 2022
Delivery
To 14 Jun 2026 (est.)
Deadline
14 Jun 2022 15:00

Concepts

Location

Ballymena

Geochart for 4 buyers and 0 suppliers

Description

Courier and Transport Services - NHSCT and NIBTS [3737954]

Lot Division

1 Courier Services - NIBTS
  • Value: £4M
2 Passenger Services including Courier - NIBTS
  • Value: £547K
3 Courier Services - NHSCT
  • Value: £4M

Award Criteria

PRICE _

CPV Codes

  • 60000000 - Transport services (excl. Waste transport)
  • 64120000 - Courier services
  • 34130000 - Motor vehicles for the transport of goods
  • 60120000 - Taxi services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60112000 - Public road transport services
  • 60180000 - Hire of goods-transport vehicles with driver
  • 60100000 - Road transport services
  • 34115200 - Motor vehicles for the transport of fewer than 10 persons
  • 60130000 - Special-purpose road passenger-transport services
  • 64100000 - Post and courier 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.

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 Health and Social Care Trust and Northern Ireland Blood Transfusion Service. The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) on the basis of 100% price, 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 3 Lots, Tenderers can bid for one Lot, more than one Lot or all Lots. 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. Tenderers must bid for all Lines listed within Lots 1 and Lot 3. For Lot 2 tenderers can bid for one, more than one or all Areas. The evaluation process incorporating price, quality 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. LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED..

Reference

Domains