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