Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NHS National Services Scotland Vehicle Maintenance

  • First published: 28 April 2023
  • Last modified: 28 April 2023
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03c4ba
Published by:
NHS National Services Scotland
Authority ID:
AA81387
Publication date:
28 April 2023
Deadline date:
06 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Breast Screening mobile fleet covers all areas in Scotland from the Borders to the Highlands including all the islands. The fleet is supported from 6 regional operating centres — Aberdeen, Dundee, Edinburgh, Irvine, Glasgow and Inverness. The programme operates 25 mobile trailer units.

The servicing and maintenance of each trailer in this Lot includes the annual inspection / service and the maintenance work that is to be carried out annually. This also includes certified MOT including brake test, load tests of all wheelchair / platform hoists, earth bond testing, fire extinguisher tests, air conditioning tests, diesel heater test, electrical (PAT) test for portable appliances and water tank sanitisation / annual chemical flush per MBSU to be carried out annually in conjunction with the major service.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS National Services Scotland

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Contact person: Jenny Paterson

Telephone: +44 7816450405

E-mail: jennifer.paterson2@nhs.scot

NUTS: UKM

Internet address(es)

Main address: http://www.nss.nhs.scot/browse/procurement-and-logistics

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

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/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/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

NHS National Services Scotland Vehicle Maintenance

Reference number: NP100323

II.1.2) Main CPV code

50111000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The NHS Requirement is for an NHS National Services Scotland Vehicle maintenance contract covering both the Scottish Breast Screening mammography trailers and the SNBTS fleet. The NHS Requirement will be split into six Lots. Each Lot will be evaluated and awarded separately.

Lot 1 Breast Screening Annual service/inspection and scheduled maintenance

Lot 2 Breast Screening Onsite work including intermediate servicing, ad hoc and emergency repairs

Lot 3 SNBTS Annual service/inspection and scheduled maintenance (Central Belt – Edinburgh & Glasgow)

Lot 4 SNBTS Annual service/inspection and scheduled maintenance (Northern Arch – Aberdeen, Dundee & Inverness)

Lot 5 SNBTS Onsite work including intermediate servicing/8 weekly inspections, ad hoc and emergency repairs (Central Belt – Edinburgh & Glasgow)

Lot 6 SNBTS Onsite work including intermediate servicing/8 weekly inspections, ad hoc and emergency repairs (Northern Arch – Aberdeen, Dundee & Inverness)

The contract will commence 5 September 2023 to 4 September 2026 with 2x 12 month extensions (up to 4 September 2028).

The estimated values referred to in Section II.1.5 and 11.2.6 covers the 36 months contract duration and the 24 month extension period of the agreement.

II.1.5) Estimated total value

Value excluding VAT: 1 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Breast Screening Annual service/inspection and scheduled maintenance

II.2.2) Additional CPV code(s)

50111000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

This Lot will be performed at the successful Contractor’s premises.

II.2.4) Description of the procurement

The Breast Screening mobile fleet covers all areas in Scotland from the Borders to the Highlands including all the islands. The fleet is supported from 6 regional operating centres — Aberdeen, Dundee, Edinburgh, Irvine, Glasgow and Inverness. The programme operates 25 mobile trailer units.

The servicing and maintenance of each trailer in this Lot includes the annual inspection / service and the maintenance work that is to be carried out annually. This also includes certified MOT including brake test, load tests of all wheelchair / platform hoists, earth bond testing, fire extinguisher tests, air conditioning tests, diesel heater test, electrical (PAT) test for portable appliances and water tank sanitisation / annual chemical flush per MBSU to be carried out annually in conjunction with the major service.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 2x 12 months. The estimated value is assigned as 200 000 GBP per annum for Lots 1-2.

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

Contract Period — 3 years with option to extend for 2 x 12 months.

Lot No: 2

II.2.1) Title

Breast Screening Onsite work including intermediate servicing, ad hoc and emergency repairs

II.2.2) Additional CPV code(s)

50111000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

This Lot will be performed throughout Scotland (includes Highlands and Islands)

II.2.4) Description of the procurement

Breast Screening mobile fleet covers all areas in Scotland from the Borders to the Highlands including all the islands. The fleet is supported from 6 regional operating centres — Aberdeen, Dundee, Edinburgh, Irvine, Glasgow and Inverness. The programme operates 25 mobile trailer units.

The servicing and maintenance requirement of each trailer in this Lot includes the 200/400/800 and 250/500 and 350/700 hour generator interim service, periodic vehicle safety check if required, midyear wheelchair /platform hoist inspection, ad-hoc repairs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend 2x 12 months

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

Contract Period — 3 years with option to extend for 2 x 12 months. The estimated value is assigned as 200 000 GBP per annum for Lots 1-2.

Lot No: 3

II.2.1) Title

SNBTS Annual service/inspection and scheduled maintenance (Central Belt – Edinburgh & Glasgow)

II.2.2) Additional CPV code(s)

50111000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

This Lot will be performed at the successful Contractor’s premises.

II.2.4) Description of the procurement

Scottish National Blood Transfusion Service (SNBTS) operates a varied fleet of vehicles which currently number 70. The fleet is mainly split between the 2 transport hubs of Possil, Glasgow and Hermiston, Edinburgh; with some additional fleet based in remote sites such as Dundee, Aberdeen and Inverness. Fleet vehicles include LGV’s, Extending Trailers, 18 seat (inc. driver) buses, vans (refrigerated), 4 x4’s and cars. Some vehicles have emergency response blue lights installed and some have fridge units installed.

The servicing and maintenance of each vehicle in this Lot includes the annual inspection / service and the maintenance work that is to be carried out annually. This also includes certified MOT including brake test, load tests of all wheelchair / platform hoists, earth bond testing, air conditioning tests, 2 & 6 yearly tachograph calibration as required per vehicle to be carried out annually in conjunction with the major service.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend 2x 12 months

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

Contract Period — 3 years with option to extend for 2 x 12 months. The estimated value is assigned as 125 000 GBP per annum for Lots 3-6.

Lot No: 4

II.2.1) Title

SNBTS Annual service/inspection and scheduled maintenance (Northern Arch – Aberdeen, Dundee & Inverness)

II.2.2) Additional CPV code(s)

50111000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

This Lot will be performed at the successful Contractor’s premises.

II.2.4) Description of the procurement

Scottish National Blood Transfusion Service (SNBTS) operates a varied fleet of vehicles which currently number 70. The fleet is mainly split between the 2 transport hubs of Possil, Glasgow and Hermiston, Edinburgh; with some additional fleet based in remote sites such as Dundee, Aberdeen and Inverness. Fleet vehicles include LGV’s, Extending Trailers, 18 seat (inc. driver) buses, vans (refrigerated), 4 x4’s and cars. Some vehicles have emergency response blue lights installed and some have fridge units installed.

The servicing and maintenance of each vehicle in this Lot includes the annual inspection / service and the maintenance work that is to be carried out annually. This also includes certified MOT including brake test, load tests of all wheelchair / platform hoists, earth bond testing, air conditioning tests, 2 & 6 yearly tachograph calibration as required per vehicle to be carried out annually in conjunction with the major service.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend 2x 12 months

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

Contract Period — 3 years with option to extend for 2 x 12 months. The estimated value is assigned as 125 000 GBP per annum for Lots 3-6.

Lot No: 5

II.2.1) Title

SNBTS Onsite work including intermediate servicing/8 weekly inspections, ad hoc and emergency repairs (Central Belt – Edinburgh & Glasgow)

II.2.2) Additional CPV code(s)

50111000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

This Lot will be performed throughout the Central Belt of Scotland

II.2.4) Description of the procurement

Scottish National Blood Transfusion Service (SNBTS) operates a varied fleet of vehicles which currently number70. The fleet is mainly split between the 2 transport hubs of Possil, Glasgow and Hermiston, Edinburgh; with some additional fleet based in remote sites such as Dundee, Aberdeen and Inverness. Fleet vehicles include LGV’s, Extending Trailers, 18 seat (inc. driver) buses, vans (refrigerated), 4 x4’s and cars. Some vehicles have emergency response blue lights installed and some have fridge units installed.

The servicing and maintenance in this Lot for onsite work incl. intermediate servicing / 8 weekly inspections, midyear wheelchair/platform hoist inspection, 150 hour generator interim service, vehicle service, ad hoc and emergency repairs is split covering the different vehicle types (trailers, LGV / PCV, car / van minibus).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend 2x 12 months

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

Contract Period — 3 years with option to extend for 2 x 12 months. The estimated value is assigned as 125 000 GBP per annum for Lots 3-6.

Lot No: 6

II.2.1) Title

SNBTS Onsite work including intermediate servicing/8 weekly inspections, ad hoc and emergency repairs (Northern Arch – Aberdeen, Dundee & Inverness)

II.2.2) Additional CPV code(s)

50111000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

This Lot will be performed above the Central Belt of Scotland (the Northern Arch includes Highlands and Islands)

II.2.4) Description of the procurement

Scottish National Blood Transfusion Service (SNBTS) operates a varied fleet of vehicles which currently number70. The fleet is mainly split between the 2 transport hubs of Possil, Glasgow and Hermiston, Edinburgh; with some additional fleet based in remote sites such as Dundee, Aberdeen and Inverness. Fleet vehicles include LGV’s, Extending Trailers, 18 seat (inc. driver) buses, vans (refrigerated), 4 x4’s and cars. Some vehicles have emergency response blue lights installed and some have fridge units installed.

The servicing and maintenance in this Lot for onsite work incl. intermediate servicing / 8 weekly inspections, midyear wheelchair/platform hoist inspection, 150 hour generator interim service, vehicle service, ad hoc and emergency repairs is split covering the different vehicle types (trailers, LGV / PCV, car / van minibus).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend 2x 12 months

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

Contract Period — 3 years with option to extend for 2 x 12 months. The estimated value is assigned as 125 000 GBP per annum for Lots 3-6.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

The following list provides details of the sections within the Single Procurement Document (SPD Scotland) that must be completed. The SPD Scotland is located within the Public Contracts Scotland – Tender (PCS-T) Portal Tender: NSS Vehicle Maintenance, project_22080, itt_45865.

4B.1.1 Bidders will be required to have a minimum “general” yearly turnover for the last 3 years for Lots 1-2 Breast Screening and Lots 3-6 SNBTS. The minimum “general” yearly turnover required for the Lots are detailed below:

Lot 1-2 Breast Screening – 400 000 GBP

Lot 3-6 SNBTS – 250 000 GBP

4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = GBP5m

Public Liability Insurance = GBP5m

Product Liability Insurance = GBP5m

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

The following list provides details of the sections within the Single Procurement Document (SPD Scotland) that must be completed. The SPD Scotland is located within the Public Contracts Scotland – Tender (PCS-T) Portal Tender: NSS Vehicle Maintenance, project_22080, itt_45865.

— All tendered products must fully comply with the NHS Requirement included within the tender documents;

- 4.C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the FTS/OJEU Contract Notice. Examples should be provided for each Lot that is being tendered for.

- 4D.1 Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

2. The bidder must have the following:

a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is

periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of

output and general performance.

c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures, that meet current agreed good practice. These must include the arrangements for quality management

throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.

d. Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training

arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records.

e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and

general performance.

f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.

g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 06/06/2023

Local time: 10:00

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: 06/06/2023

Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

VI.3) Additional information

Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

The Award is expected to made early August 2023 with the new contract commencing on 5 September 2023.

A site visit will be organised for Wednesday 10 May 2023 at the SNBTS Jack Copland Centre, 52 Research Avenue North, Heriot-Watt Research Park, Edinburgh, EH14 4BE. This will allow interested suppliers to view a breast screening mammography trailer and a representative sample of the SNBTS fleet. Any queries arising out of this site visit should be posted on the Bravo e-tendering Message Board.

The estimated value referred to below and in Section II.1.5 covers the 36 months contract duration and the 24 months extension period of the agreement.

The estimated value is assigned as 200 000 GBP per annum for Lots 1 - 2 and 125 000 GBP per annum for Lots 3 - 6.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: The tender is below the value where this is a requirement.

Community benefits are included in this requirement for information only. For more information see:

https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

PCS-Tender ITT tender reference is:

Itt_45865 NSS Vehicle Maintenance.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22080. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22080. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:730207)

VI.4) Procedures for review

VI.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

E-mail: edinburgh@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied to be selected to tender, of its decision to award the agreement which notification will contain among other information, a summary of the reasons why the economic operators was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the agreement has been entered into include the setting aside of the decision to award the agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the agreement has been entered into will not affect the agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise, the remedies that may be awarded by the courts where the agreement has been entered into are limited to the award of damages.

VI.5) Date of dispatch of this notice

27/04/2023

Coding

Commodity categories

ID Title Parent category
50111000 Fleet management, repair and maintenance services Repair and maintenance services of motor vehicles and associated equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jennifer.paterson2@nhs.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.