Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Business Services Organisation, Procurement and Logistics Service on behalf of Northern Health and Social Care Trust and Northern Ireland Blood Transfusion Service
The Cottage, 5 Greenmount Avenue
Ballymena
BT43 6DA
UK
E-bost: sourcing.palsballymena@hscni.net
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.1) Enw a chyfeiriad
Northern Health and Social Care Trust
Bretten Hall, Bush Road
Antrim
BT41 2RL
UK
E-bost: sourcing.palsballymena@hscni.net
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.1) Enw a chyfeiriad
NI Blood Transfusion Service
Lisburn Road
Belfast
BT9 7TS
UK
E-bost: sourcing.palsballymena@hscni.net
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.1.2) Prif god CPV
60000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 8 013 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 3 lotiau
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1 - Courier Services - NIBTS
II.2.2) Cod(au) CPV ychwanegol
64120000
34130000
60120000
60170000
60112000
60180000
60100000
34115200
60130000
64100000
II.2.3) Man cyflawni
Cod NUTS:
UKN0
II.2.4) Disgrifiad o’r caffaeliad
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Price
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 717 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 3 717 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Lot 2 - Passenger Services including Courier - NIBTS
II.2.2) Cod(au) CPV ychwanegol
64120000
34130000
60120000
60170000
60112000
60180000
60100000
34115200
60130000
64100000
II.2.3) Man cyflawni
Cod NUTS:
UKN0
II.2.4) Disgrifiad o’r caffaeliad
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Price
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 547 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 547 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 3
II.2.1) Teitl
Lot 3 - Courier Services - NHSCT
II.2.2) Cod(au) CPV ychwanegol
64120000
34130000
60120000
60170000
60112000
60180000
60100000
34115200
60130000
64100000
II.2.3) Man cyflawni
Cod NUTS:
UKN0
II.2.4) Disgrifiad o’r caffaeliad
Courier and Transport Services - NHSCT and NIBTS [3737954]
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Price
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 749 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The value stated at II.2.6 is inclusive of VAT and is the highest value in the following range 0 GBP to 3 749 000 GBP which has been calculated on the basis of a 48 months Call Off Contract(s) and a maximum extension period(s) of up to and including 36 months, contingency for potential increase in usage, price increases and potential extension for procurement exercises
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 9
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2022/S 000-003791
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
14/06/2022
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
31/12/2022
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
14/06/2022
Amser lleol: 15:30
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
VI.3) Gwybodaeth ychwanegol
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..
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Business Services Organisation
77 Boucher Crescent
Belfast
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
Business Services Organisation, Procurement and Logistics Service (PaLS) will incorporate a standstill period at the point information on the award of the Framework Agreement is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the Framework Agreement is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court England, Wales and Northern Ireland.
VI.5) Dyddiad anfon yr hysbysiad hwn
13/05/2022