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
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
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