Section one: Contracting authority
one.1) Name and addresses
NHS Tayside
Ninewells Hospital
Dundee
DD1 9SY
Contact
Jenny Paterson
Telephone
+44 1312756662
Fax
+44 1382496253
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nhstayside.scot.nhs.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00154
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
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 Tayside – Mobile Dental Unit
Reference number
SLA/P0111
two.1.2) Main CPV code
- 34200000 - Vehicle bodies, trailers or semi-trailers
two.1.3) Type of contract
Supplies
two.1.4) Short description
The NHS Requirement is for one chassis cab commercial vehicle for conversion by the convertor. The specification details the build for the conversion of the vehicle to a box body Mobile Dental Unit (MDU). This procurement exercise is for the vehicle and conversion only. The dental equipment has been procured separately by NHS Tayside.
The MDU is to be delivered in financial year 2021/2022. The Award is expected to be made in September 2021.
two.1.5) Estimated total value
Value excluding VAT: £169,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM7 - Eastern Scotland
Main site or place of performance
Delivery will be to NHS Tayside.
two.2.4) Description of the procurement
The NHS Requirement is for one chassis cab commercial vehicle for conversion by the convertor. The specification details the build for the conversion of the vehicle to a box body Mobile Dental Unit (MDU). This procurement exercise is for the vehicle and conversion only. The dental equipment has been procured separately by NHS Tayside.
The MDU is to be delivered in financial year 2021/2022. The Award is expected to be made in September 2021.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £169,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
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
Minimum level(s) of standards possibly required
4B.1.1 Bidders will be required to have a minimum "general" yearly turnover for the last 3 years of 338 000 GBP.
4B.5 It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer's (Compulsory) Liability: 5 000 000 GBP
Public Liability: 5 000 000 GBP
Product Liability: 5 000 000 GBP
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
All tendered products must fully comply with the NHS Requirement included within the tender documents.
4C.1.2 Bidders will be required to provide examples that demonstrate they have the relevant experience to deliver services/supplies as described in the FTS contract notice. The preference is for one example to be for a mobile dental unit; otherwise, examples should be of medical units.
4C.12 If awarded to the contract potential contractors must provide evidence that tendered products are CE marked (as appropriate). Evidence should be in the form of certification issued by a notified body.
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 substandard 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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
13 August 2021
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 August 2021
Local time
12:00pm
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
six.3) Additional information
The Award of Contract is expected to be made in September 2021 with delivery required by 31 March 2022.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
PCS-Tender references are:
Project Title: NHS Tayside – Mobile Dental Unit
Project Code: project_19190
ITT Code: itt_40427
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19190. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:660395)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court and Justice of the Peace Court
Sheriff Court House, 6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.