22 Seat Vehicle Construction [4089299]

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
17M
Sector
TRANSPORT
Published
19 May 2022
Delivery
To 21 Jun 2026 (est.)
Deadline
21 Jun 2022 15:00

Concepts

Location

Ballymena

Geochart for 9 buyers and 0 suppliers

Description

22 Seat Vehicle Construction [4089299]

Renewal Options

The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 17 322 000 GBP which has been calculated on the basis of a 36 month Call-Off Contract(s) and a maximum extension period(s) of up to and including 24 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises

Award Criteria

PRICE _

CPV Codes

  • 50117000 - Vehicle conversion and reconditioning services
  • 50117100 - Motor vehicle conversion services
  • 50117200 - Ambulance conversion services
  • 50117300 - Reconditioning services of vehicles
  • 50112110 - Body-repair services for vehicles
  • 60130000 - Special-purpose road passenger-transport services

Indicators

  • Bids should cover the whole contract.
  • 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 Health and Social Care in Northern Ireland. 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 the elements of the specification and any other requirements as listed in the tender documentation. Tenderers must bid for all lines listed within Section 1 of the Pricing Schedule SS19a. Tenderers are encouraged to complete Section 2 of the Pricing Schedule SS19a which will not be included as part of the evaluation but will form part of the Framework Agreement. It is in 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. The evaluation process incorporating price, selection, 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 36 month Call-Off Contract(s) with the option of 24 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. Under this Framework Agreement and any 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 Considerations. LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED.

Reference

Domains