Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Ambulance Service
National Headquarters, Gyle Square, South Gyle Crescent
Edinburgh
EH12 9EB
UK
Contact person: Alex Little - Deputy Head of Procurement
Telephone: +44 01313140090
E-mail: Alex.little1@nhs.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scottishambulance.com
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00393
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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
Patient Transport Service
II.1.2) Main CPV code
60000000
II.1.3) Type of contract
Services
II.1.4) Short description
This is a Framework Agreement for the Provision of Patient Transport Services.
The total number of lots is 3
West of Scotland, East of Scotland and North of Scotland.
From the tenders received, the Authority intends to appoint a maximum of one provider each for lots
Service coverage is required 24 hours a day, 7 days a week, and 365 days a year.
Please refer to the ITT Documents on PCS-Tender for more information.
II.1.5) Estimated total value
Value excluding VAT:
800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
II.2) Description
Lot No: 1
II.2.1) Title
West Region
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Provision of Service for the West of Scotland region.
II.2.4) Description of the procurement
This Lot covers the transportation of Patients within the West of Scotland area.
The Provider may be required to pick up patients from across the region.
For these journeys, the potential providers will be expected to be available at very short notice and journeys could take place anytime including overnight, weekends, and public holidays.
A maximum of One provider will be appointed to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Quality criterion: Social & Environmental
/ Weighting: 10
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 10
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will be for a period of ten (10) months and with the option to extend for an additional twelve (12) months at the authority’s discretion.
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
East Region
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Provision of service across the East of Scotland
II.2.4) Description of the procurement
This Lot covers the transportation of Patients within the East of Scotland area.
The Provider may be required to pick up patients from across the region.
For these journeys, the potential providers will be expected to be available at very short notice and journeys could take place anytime including overnight, weekends, and public holidays.
A maximum of One provider will be appointed to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Quality criterion: Social & Environmental
/ Weighting: 10
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 10
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will be for a period of ten (10) months and with the option to extend for an additional twelve (12) months at the authority’s discretion.
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
North Region
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Provision of Service for the North of Scotland region.
II.2.4) Description of the procurement
This Lot covers the transportation of Patients within the North of Scotland area.
The Provider may be required to pick up patients from across the region.
For these journeys, the potential providers will be expected to be available at very short notice and journeys could take place anytime including overnight, weekends, and public holidays.
A maximum of One provider will be appointed to this lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Quality criterion: Social & Environmental
/ Weighting: 10
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 10
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will be for a period of ten (10) months and with the option to extend for an additional twelve (12) months at the authority’s discretion.
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:
An optional extension of twelve (12) months are available on this Framework.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Interested providers are required to have all necessary registrations, permissions and licences that would enable them to provide this sort of service. Providers are required to conform with all regulations in the UK that are applicable in providing this sort of service.
Please see the ITT documents on PCS-Tender for further information.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
National Health Service Scotland (NHSS) Contract Terms & Conditions for the Purchase of Services shall apply. Please note that the terms and conditions may be subject to amendments or supplemented with other Special Conditions.
See the ITT Documents on PCS-Tender for further information.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 with several operators.
IV.1.8) Information about 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:
12/05/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
12/05/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Authority shall notify all bidders of its decision to award the framework via PCS-Tender as soon as possible after a decision has been made.
The Authority shall observe a 10 days standstill period before the contract is awarded. Unsuccessful bidders shall be debriefed accordingly.
The Authority will be using PCS eTendering System for this procurement exercise and reserves the right to use a reverse auction.
The tender publication will be via this link (https://www.publictendersscotland.publiccontractsscotland.gov.uk/) and the deadline for the return of all completed Tenders is 12:00 on 12/05/2022.
The conditions of the contract will be based on the Authority's Terms and Conditions.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 43956. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:688566)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
12/04/2022