
Market Leads & Opportunities
United Kingdom-Ballymena: Supply, Delivery and Collection of Mechanical and Plumbing (Incl. Water Safety) Consumables [3225042]
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-023167/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Procurement and Logistics Service
Postal address: Greenmount House, Woodside Road Industrial Estate, Woodside Road
Town: Ballymena
Postal code: BT42 4TP
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Belfast Health and Social Care Trust
Postal address: A Floor, Belfast City Hospital, Lisburn Road
Town: Belfast
Postal code: BT9 7AB
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Ambulance Service Trust
Postal address: Knockbracken Healthcare Park, Saintfield Road
Town: Belfast
Postal code: BT8 8SG
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Northern Health and Social Care Trust
Postal address: Bretten Hall, Bush Road
Town: Antrim
Postal code: BT41 2RL
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: South Eastern Health and Social Care Trust
Postal address: Ulster Hospital, Upper Newtownards Rd
Town: Belfast
Postal code: BT16 1RH
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Southern Health and Social Care Trust
Postal address: Craigavon Area Hospital, 68 Lurgan Road
Town: Portadown
Postal code: BT63 5QQ
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Western Health and Social Care Trust
Postal address: Altnagelvin Area Hospital, Glenshane Road
Town: Londonderry
Postal code: BT47 6SB
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Fire and Rescue Services
Postal address: 1 Seymour Street
Town: Lisburn
Postal code: BT27 4SX
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Business Services Organisation
Postal address: 2 Franklin Street
Town: Belfast
Postal code: BT2 8DQ
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Blood Transfusion Service
Postal address: Lisburn Road
Town: Belfast
Postal code: BT9 7TS
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Guardian Ad Litem Agency
Postal address: Centre House, 79 Chichester Street
Town: Belfast
Postal code: BT1 4JE
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Medical and Dental Training Agency
Postal address: Beechill House, 42 Beechill Rd
Town: Belfast
Postal code: BT8 7RL
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Patient Client Council
Postal address: 1st Floor, Ormeau Baths 18 Ormeau Avenue
Town: Belfast
Postal code: BT2 8HS
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Practice and Education Council for Nursing and Midwifery
Postal address: Centre House, 79 Chichester St
Town: Belfast
Postal code: BT1 4JE
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Public Health Agency
Postal address: Linenhall Street Unit, 12-22 Linenhall Street
Town: Belfast
Postal code: BT2 8BS
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Regulation and Quality Improvement Authority
Postal address: 9th Floor Riverside Tower, 5 Lanyon Place
Town: Belfast
Postal code: BT1 3BT
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: NI Social Care Council
Postal address: Millennium House, 19-25 Great Victoria St
Town: Belfast
Postal code: BT2 7AQ
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Regional Health and Social Care Board
Postal address: 12-22 Linenhall Street
Town: Belfast
Postal code: BT2 8BS
Country: United Kingdom
Email: smc.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:
I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply, Delivery and Collection of Mechanical and Plumbing (Incl. Water Safety) Consumables [3225042]
II.1.2) Main CPV code: 39715300
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Supply, Delivery and Collection of Mechanical and Plumbing (Incl. Water Safety) Consumables [3225042]
II.1.5) Estimated total value:
Value excluding VAT: 32602000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:5
II.2) Description
II.2.1) Title: Lot 1 – Plumbing and Heating Consumables
Lot No:1
II.2.2) Additional CPV code(s)
44115200, 44115210, 34320000, 44115220, 09320000, 18425000, 44440000, 42122130, 42130000, 42132000, 42132200, 42131000, 42131400, 44411100, 42912300
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply, Delivery and Collection of Mechanical and Plumbing (Incl. Water Safety) Consumables [3225042]
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 19928000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Intention to award 2 x 3 year Call-Off Contracts
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: The value shown in II.2.6) is the highest value in the following range: GBP 4 476 000 to GBP 19 928 000 which has been calculated on the basis of a 3 year Call-Off Contract plus another 3 year Call-Off Contract and contingency for potential additional supplies or higher level of demand during the Call-Off Contract periods for all Clients.
II.2.1) Title: Lot 2 – Mechanical and Steam Consumables
Lot No:2
II.2.2) Additional CPV code(s)
44115200, 44115210, 34320000, 44115220, 09320000, 18425000, 44440000, 42122130, 42130000, 42132000, 42132200, 42131000, 42131400, 44411100, 42912300
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply, Delivery and Collection of Mechanical and Plumbing (Incl. Water Safety) Consumables [3225042]
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 2810000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Intention to award 2 x 3 year Call-Off Contracts
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: The value shown in II.2.6) is the highest value in the following range: GBP 622 000 to GBP 2 810 000 which has been calculated on the basis of a 3 year Call-Off Contract plus another 3 year Call-Off Contract and contingency for potential additional supplies or higher level of demand during the Call-Off Contract periods for all Clients.
II.2.1) Title: Lot 3 – Belts and Bearings
Lot No:3
II.2.2) Additional CPV code(s)
44115200, 44115210, 34320000, 44115220, 09320000, 18425000, 44440000, 42122130, 42130000, 42132000, 42132200, 42131000, 42131400, 44411100, 42912300
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply, Delivery and Collection of Mechanical and Plumbing (Incl. Water Safety) Consumables [3225042]
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 609000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Intention to award 2 x 3 year Call-Off Contracts
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: The value shown in II.2.6) is the highest value in the following range: GBP 126 000 to GBP 609 000 which has been calculated on the basis of a 3 year Call-Off Contract plus another 3 year Call-Off Contract and contingency for potential additional supplies or higher level of demand during the Call-Off Contract periods for all Clients.
II.2.1) Title: Lot 4 – Specialist Water Pumps
Lot No:4
II.2.2) Additional CPV code(s)
44115200, 44115210, 34320000, 44115220, 09320000, 18425000, 44440000, 42122130, 42130000, 42132000, 42132200, 42131000, 42131400, 44411100, 42912300
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply, Delivery and Collection of Mechanical and Plumbing (Incl. Water Safety) Consumables [3225042]
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 4428000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Intention to award 2 x 3 year Call-Off Contracts
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: The value shown in II.2.6) is the highest value in the following range: GBP 1 081 000 to GBP 4 428 000 which has been calculated on the basis of a 3 year Call-Off Contract plus another 3 year Call-Off Contract and contingency for potential additional supplies or higher level of demand during the Call-Off Contract periods for all Clients.
II.2.1) Title: Lot 5 – Water Safety Consumables
Lot No:5
II.2.2) Additional CPV code(s)
44115200, 44115210, 34320000, 44115220, 09320000, 18425000, 44440000, 42122130, 42130000, 42132000, 42132200, 42131000, 42131400, 44411100, 42912300
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Supply, Delivery and Collection of Mechanical and Plumbing (Incl. Water Safety) Consumables [3225042]
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 4827000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:Intention to award 2 x 3 year Call-Off Contracts
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: The value shown in II.2.6) is the highest value in the following range: GBP 1 308 000 to GBP 4 827 000 which has been calculated on the basis of a 3 year Call-Off Contract plus another 3 year Call-Off Contract and contingency for potential additional supplies or higher level of demand during the Call-Off Contract periods for all Clients.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:15IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-10-19 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2022-02-16
IV.2.7) Conditions for opening tenders
Date: 2021-10-19 Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
In section I.2 it is stated that this procurement is a joint procedure and contract award is by a Central Purchasing Body. This contract is not a joint contract, it is a Central Purchasing Body contract 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 the ‘lowest price/cost’ submission(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. Details of the evaluation process incorporating price and compliance are provided as part of the tender evaluation methodology and marking scheme (TEMMS) (SS20b).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Business Services Organisation
Town: Belfast
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
PaLS will incorporate a standstill period at the point information on the award of the contract 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 contract is entered into. The Public Contract 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) Date of dispatch of this notice:2021-09-17
More Opportunties
- Award Notification – Electricity Supply
13 Jun 25
Direct award from NEPO0301 Electricity Supply - this is a sole-supplier framework agreement> > - 1965 e-learning Pro Licenses for NHS Arden & GEM CSU
13 Jun 25
Provision of e-learning Pro Licenses for NHS Arden & Greater East Midlands Commissioning Support Unit. This was procured using Crown Commercial Services: G-Cloud 14.> > - Aseptic Isolators and Cabinets
13 Jun 25
The main purpose of this framework is to supply aseptic isolators and cabinets to Pharmacy Aseptic Units where aseptic hazardous and non-hazardous products are prepared. Aseptic Isolators and laminar flow cabinets are commonly found in the pharmacy depart> >