Opportunity

NHS Scotland National Uniform

  • The Common Services Agency (more commonly known as NHS National Services Scotland) ("NSS")

F02: Contract notice

Notice reference: 2021/S 000-003816

Published 25 February 2021, 3:08pm



Section one: Contracting authority

one.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

Contact

Rebecca Cruickshanks

Email

rebecca.cruickshanks@nhs.scot

Telephone

+44 1312756840

Country

United Kingdom

NUTS code

UKM - SCOTLAND

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publictenderscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictenderscotland.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.publictenderscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS Scotland National Uniform

Reference number

NP721-21

two.1.2) Main CPV code

  • 18100000 - Occupational clothing, special workwear and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

Framework agreement for the supply of uniforms to all entities constituted pursuant to the national Health Service(Scotland)Act1978(i.e. all NHS Scotland Health Boards and the Authority or other NHS organisations established pursuant to the NHS(Scotland)Act1978)and any Integrated Joint Boards established pursuant to the Public Bodies(Joint Working)Scotland Act 2014.All Scottish Hospices

The NHS in Scotland requires a contractor to provide a national uniform set to NHS Scotland personnel including Scottish Ambulance Service and

students in health related training establishments throughout Scottish universities. The current national uniform set consists of core

garments: tunic, trousers and polo-shirts. Other garments include blouses, shirts, fleece and tailored trousers. The SAS core uniform

consists shirts, trousers, boots and helmets. The contractor must be able to receive and deliver garments to and from approximately 260

delivery locations plus many more delivery points throughout Scotland.

The successful contractor will be required to manufacture items to a set design and stringent quality specification which, whilst durable and fit for purpose, provides the NHS in Scotland with value for money. Current supply chain includes a supported business sub contract; the Authority intends for this to be continued.

two.1.5) Estimated total value

Value excluding VAT: £18,800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

NP721-21 NHS Scotland National Uniform

Lot No

1

two.2.2) Additional CPV code(s)

  • 18110000 - Occupational clothing

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND
Main site or place of performance

NHS Scotland and educational establishments throughout Scotland

two.2.4) Description of the procurement

The NHS in Scotland requires a contractor to provide a national uniform set to NHS Scotland personnel and students in health related training establishments throughout Scottish universities. The current national uniform set consists of core garments: tunic, trousers and polo-shirts. Other garments include blouses, shirts, fleece and tailored trousers. The contractor must be able to receive and deliver garments to and from approximately 130 delivery locations plus many more delivery points throughout Scotland.

The successful contractor will be required to manufacture items to a set design and stringent quality specification which, whilst durable and fit for purpose, provides the NHS in Scotland with value for money.

They will be required to manage the supply chain including arrangement of transportation, storage and distribution, along with managing order fulfilment and customer returns. The successful contractor will also be expected to operate an end to end intelligent stock management and order fulfilment system to ensure that short customer delivery timescales can be adhered to.

Interested suppliers should note there is a supported business sub contract in the current framework and supply chain and the Authority intends to continue this in the new framework - further information will be provided in the tender documentation.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £16,000,000

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

Start date

1 December 2021

End date

30 November 2027

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

NHS Scotland - Scottish Ambulance Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 18110000 - Occupational clothing

two.2.3) Place of performance

NUTS codes
  • UKM - SCOTLAND
Main site or place of performance

Scottish Ambulance Service Sites throughout Scotland

two.2.4) Description of the procurement

The NHS in Scotland requires a contractor to provide a national uniform set to NHS Scotland Scottish Ambulance Service (SAS) personnel throughout various site throughout Scotland. The current SAS uniform set consists of core garments: shoes/boots, trousers, shirts, helmets,gloves, soft-shell jackets, sliders and epaulettes. The contractor must be able to receive and deliver garments to and from approximately 130 delivery locations plus many more delivery points throughout Scotland.

The successful contractor will be required to manufacture items to a set design and stringent quality specification which, whilst durable and fit for purpose, provides the NHS in Scotland with value for money.

They will be required to manage the supply chain including arrangement of transportation, storage and distribution, along with managing order fulfilment and customer returns. The successful contractor will also be expected to operate an end to end intelligent stock management and order fulfilment system to ensure that short customer delivery timescales can be adhered to.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £2,800,000

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

Start date

1 December 2021

End date

30 November 2027

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers are required to be members of SEDEX and the ETI.

All tendered services and products must fully comply with the NHS Requirement in the tender documents.

Minimum level(s) of standards possibly required

A number of the technical requirements are mandatory-these are detailed in the contract/tender documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Detail provided in tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The contractor maybe required to make a considerable investmentin its supply chain to enable the manufacture, transport, storage, distribution and order fulfilment of uniform items. A 6-year frameworkwith the option to extend for a further 2 x 12 months will improve the Return On Investment for suppliers.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-001227

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 April 2021

Local time

10:00am

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 April 2021

Local time

10:00am

Place

Via Public Contracts Scotland portal

Information about authorised persons and opening procedure

National Procurement personnel


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The estimated value range referred to in this notice is for the whole framework duration including optional extension periods. It is an estimate and no guarantees can be provided that the anticipated value will be met.

The list of Contracting Authorities listed in this Contract Notice may, during the duration of the agreement, be changed to take into account

additional or alternative NHS Scotland bodies and/or Universities which may come into being during the term of the proposed Framework

Agreement and whose staff or students may

require to wear NHS Scotland uniform items.

The successful contractor will be required to manufacture items to a specified design and in accordance with stringent quality requirements.

As part of the tender process samples will require to be manufactured, and these will be tested, at each contractor's cost, by the Authority's

independent third party testing facility.

The buyer is using PCS-Tender to conduct this ITT exercise. The procurement contract reference is NP721-21.

Anticipated contract value of 18,800,000 is based on an anticipated duration of 6 years plus two 12 month extension periods with an annual

value of approximately 2.35m

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

The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers

respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall

Community Benefit concept and process including a contract and supplier management process post award.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17741. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

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

The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on

a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills

development, diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus

continuity of service.

(SC Ref:644569)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 operator 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 despatches 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. Economic operators are

entitled to write to the authority after receipt of the notification should they require further clarification. The authority will respond within

15 days of such a written request, but it should be noted that receipt by the authority of such request during the standstill period may not

prevent the authority from awarding the framework agreement following the expiry of the standstill period. Economic operators should

approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:

An economic operator that suffers or is at risk of suffering, loss or damage attributable to a breach of duty under the Public

Contracts(Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the

Court of Session.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom