Passenger Taxi and/or Courier Transport Services - WHSCT [5226757]

A Tender Notice
by BUSINESS SERVICES ORGANISATION, PROCUREMENT AND LOGISTICS SERVICE ON BEHALF OF WESTERN HEALTH AND SOCIAL CARE TRUST

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
£15M
Sector
TRANSPORT
Published
18 Sep 2024
Delivery
To 18 Oct 2028 (est.)
Deadline
18 Oct 2024 15:00

Concepts

Location

Ballymena

Geochart for 3 buyers and 0 suppliers

Description

Passenger Taxi and/or Courier Transport Services - WHSCT [5226757]

Lot Division

1 Mandatory Award Criteria - Passenger Taxi Transport Services
  • Value: £0
2 Mandatory Selection and Award Criteria - Courier Transport Services
  • Value: £0
3 Londonderry Area - Passenger Taxi Transport Services
  • Value: £4M
4 Limavady/Dungiven Areas - Passenger Taxi Transport Services
  • Value: £627K
5 Strabane Area - Passenger Taxi Transport Services
  • Value: £1M
6 Omagh Area - Passenger Taxi Transport Services
  • Value: £2M
7 Enniskillen Area - Passenger Taxi Transport Services
  • Value: £3M
8 Londonderry Area - Courier Transport Services
  • Value: £2M
9 Omagh Area - Courier Transport Services
  • Value: £707K
10 Enniskillen Area - Courier Transport Services
  • Value: £1M

Award Criteria

Social Value 10.0
Price 90.0

CPV Codes

  • 60120000 - Taxi services
  • 60000000 - Transport services (excl. Waste transport)
  • 64120000 - Courier services
  • 60170000 - Hire of passenger transport vehicles with driver
  • 60112000 - Public road transport services
  • 60100000 - Road transport services
  • 60130000 - Special-purpose road passenger-transport services
  • 60180000 - Hire of goods-transport vehicles with driver
  • 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.
  • 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 Western Health and Social Care Trust. The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) on the basis of the Quality (Pass/Fail), Social Value 10% and Price 90% for each Lot/Section(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, two of which is Mandatory Award Criteria – Passenger Taxi Transport Services and Mandatory Selection and Award Criteria – Courier Transport Services, for the further 8 Lots Tenderers can bid for one Lot, more than one Lot or all Lots. Lots 1 to 5 contains 2 Sections, Tenderers can bid for one or both Sections. Tenderers who bid for more than one Lot/Section will have their bid per Lot/Section treated and evaluated as a separate bid as detailed within the SS20b - Tender Evaluation Methodology and Marking Scheme (TEMMS). Each Lot/Section bid for must be bid for in its entirety otherwise the bid for that Lot/Section will fail and be rejected. Tenderers who bid for any Lot within Lots 1 to 5 are encouraged to complete Sub-Section 1a and/or Sub-Section 2a which will not be included in the evaluation however will form part of the Framework Agreement. It is the intention to award a place on the Framework Agreement to all tenderers where sufficient compliant bids are received for the applicable Lot(s)/Section(s). Should there be no compliant bids received for a Lot/Section(s) this will result in a no award for that Lot/Section(s). 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 48 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: 39”, this should read, ‘Envisaged minimum number of participants to the Framework Agreement: 39’. 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/Sections. LATE TENDERS CANNOT BE ACCEPTED AND WILL NOT BE CONSIDERED.

Reference

Domains