CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-006363/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Procurement and Logistics Service
Postal address: 14-16 Great Victoria Street
Town: Belfast
Postal code: BT2 7BA
Country: United Kingdom
Email: ict.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: ict.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: ict.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: ict.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: ict.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: ict.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: ict.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: ict.sourcing@hscni.net
Internet address(es):
Main address:
Address of the buyer profile:

I.2) Joint Procurement:
The contract involves joint procurement
The contract is awarded by central purchasing body
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: HSCNI NIPIMS Blood Production and Tracking System and Associated Services

Reference number: 4691543
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Services
II.1.4) Short Description: HSCNI NIPIMS Blood Production and Tracking System and Associated Services
II.1.5) Estimated total value:
Value excluding VAT: 12000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48900000, 48100000, 72200000, 72220000, 72210000, 48814400, 48000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
HSCNI NIPIMS Blood Production and Tracking System and Associated Services
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 12000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewalyes Description of renewals:At its sole discretion, the Authority may elect to extend the Contract by up to a further ten (10) years, made up of two (2) x five (5) year periods.

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 yes
Description of options: The duration of the contract will be ten (10) years with the option for the term to be extended at the Authority’s discretion by up to a further ten (10) years, made up of two (2) x five (5) year periods. Options may include support and resources on an optional basis where requested by the Authority to support it in enhancing or further developing the applications and services delivered by the Solution. Further details are in Schedule 2.1 of the procurement documents.

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 stated in II.2.6) has been calculated on the basis of maximum of twenty (20) year contract and includes extensions and contingency for potential options required during the contract period.

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 procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2022/S 000-011839
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-04-28 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:2023-10-29
IV.2.7) Conditions for opening tenders
Date: 2023-04-28 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 participant listed in I.1). The Contracting Authority will identify the Most Economically Advantageous Tender (MEAT) as detailed in the Tender Evaluation Methodology and Marking Scheme (TEMMS) (SS20b) which outlines the evaluation process.
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:2023-03-03

RELATED ARTICLES

May 8, 2026

Serious Violence Evaluation - Request For Information

Type of document: Contract Notice Country: United Kingdom Publication Ref: 041828/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type

May 8, 2026

Installation of Fire Doors and Fire Proofing Works in C Block, Administrative Block and Technology

Type of document: Contract Notice Country: United Kingdom 1. Title: INSTALLATION OF FIRE DOORS AND FIRE PROOFING WORKS IN C BLOCK, ADMINISTRATIVE