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

Vehicle Conversions

  • First published: 28 August 2020
  • Last modified: 28 August 2020
  • 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:
Published by:
Scottish Ambulance Service
Authority ID:
AA20762
Publication date:
28 August 2020
Deadline date:
01 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This a ranked framework lot for the provision of conversion services of:

PTV van body conversion.

Full notice text

Prior information notice

This notice is a call for competition

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

Telephone: +44 1313140090

E-mail: Alex.little1@nhs.net

NUTS: UKM75

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.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)

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

Edinburgh

EH12 9EB

UK

Telephone: +44 1698794410

E-mail: shelley.mackay@nhs.net

NUTS: UKM

Internet address(es)

Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

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

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

NHSS, NSS, Scottish Fire and Rescue, N.I. Ambulance Service, Welsh Ambulance Service, London Ambulance Service, SCAS, South Central Fleet Services.

No commitment to use or purchase from this agreement is implied.

I.3) Communication

Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/default.aspx


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

Vehicle Conversions

Reference number: SAS/2020/9900

II.1.2) Main CPV code

50117200

 

II.1.3) Type of contract

Services

II.1.4) Short description

For the conversion of vehicle chassis' into PTV ambulance as follows:

PTV van body conversion.

II.1.5) Estimated total value

Value excluding VAT: 7 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50117200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

Locations across Scotland.

II.2.4) Description of the procurement

This a ranked framework lot for the provision of conversion services of:

PTV van body conversion.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Quality criterion: After sales services / Weighting: 20

Quality criterion: Delivery date and Period / Weighting: 5

Price / Weighting:  25

II.2.6) Estimated value

Value excluding VAT: 7 500 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Optional extension(s) of up to thirty six (36) months are available on this framework.

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 values outlined are indicative only and are for the potential full procurement term of a maximum of five (5) years.

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:

Economic and financial standing — yearly turnover.

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.

Minimum level(s) of standards possibly required:

The bidder should provide its (‘general’) yearly turnover for the last 3 years.

Employers (compulsory) liability insurance 5 000 000 GBP minimum.

Public liability insurance 5 000 000 GBP minimum.

Product liability insurance 5 000 000 GBP minimum.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Information and formalities necessary for evaluating if requirements are met:

As per the Pre Qualification Questionnaire PQQ.

Only the top 5 bidders per lot scoring a total of 300 or more points (i.e. 60 % of total points available in the selection stage evaluation) will be invited to participate in Stage 2 the Invitation to Tender (ITT).

The following scored questions will be included within the PQQ Evaluation stage:

Experience — weighting 40

Technical capacity — weighting 20

Principle business activity — weighting 15

Environmental and sustainability — weighting 10

Business continuity — weighting 10

Quality management systems and management information — weighting 5

Scoring will be carried out using the following methodology:

0 = Not answered

1 = Weak

3 = Fair

5 = Good.

A more detailed outline of this scoring is contained in the PQQ paperwork.


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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.

Envisaged maximum number of participants to the framework agreement: 5

Justification for any framework agreement duration exceeding 4 years: This is a highly specialist area, which requires extended financial and resource planning due to the extended commissioning periods needed for completion.

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 expressions of interest

Date: 01/10/2020

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.5) Scheduled date for start of award procedures

15/10/2020

Section VI: Complementary information

VI.3) Additional information

Note: The procurement value is an indicative value at GBP 1 500 000 per annum.

The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 16871. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Not relevant for this commodity

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

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

It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of community benefits provision in relation to this contract.

Potential framework participants are required to agree to this mandatory requirement, provide a brief summary of the community benefits you already deliver in your business, where these are delivered and what they have achieved in outcomes.

Potential framework participants are required to summarise what community benefits you propose to develop and deliver as part of this contract if successful.

Community benefits potential framework participants are required to confirm that if successful you agree to participate in and support a process of ongoing contract and supplier development in this area including the tracking and reporting of community benefits delivered as part of this contract.

(SC Ref:628758)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

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 framework 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 framework agreement. The bringing of court proceedings against the authority during the standstill period will automatically continue the prohibition on entering into the framework 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 framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of court proceedings against the authority after the framework agreement has been entered into will not affect the framework 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 framework agreement has been entered into are limited to the award of damages.

The provision of A&E Chassis conversion services to all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. All NHS Scotland Health Boards, Special Health Boards and the Authority).

VI.5) Date of dispatch of this notice

25/08/2020

Coding

Commodity categories

ID Title Parent category
50117200 Ambulance conversion services Vehicle conversion and reconditioning services

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:
Alex.little1@nhs.net
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.