Section one: Contracting authority
one.1) Name and addresses
Scottish Fire and Rescue Service
Headquarters, Westburn Drive
Cambuslang
G72 7NA
Contact
Ian Darroch
ian.darroch@firescotland.gov.uk
Telephone
+44 1416464637
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19543
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Delivery of Specialist Medical Equipment
Reference number
Q3A-062-2122
two.1.2) Main CPV code
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply and Delivery of Specialist Medical Equipment
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland.
two.2.4) Description of the procurement
The Scottish Fire and Rescue Service (SFRS) recognises the beneficial impact that a positive health, safety and wellbeing culture can have on the organisation and are committed to the promotion of sensible and proportionate health and safety.
The Health, Safety and Wellbeing (HSW) Function’s principle aim is to ensure the health, safety and wellbeing of every employee of SFRS whilst at work. The Health and Wellbeing department are responsible for the implementation of appropriate person-centred arrangements such as health surveillance programmes.
The health surveillance programmes are part of most SFRS employee’s terms and conditions of employment and include baseline (recorded at the start of employment) ongoing (throughout the duration of employment) and exit health surveillance at the end of the employment.
To carry out these tests the Health and Wellbeing members of staff require access to different types of specialist medical equipment.
two.2.5) Award criteria
Quality criterion - Name: Technical Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Extension by up to another 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The addition of other relevant equipment within the scope of the requirement.
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
List and brief description of selection criteria
Current Ratio
Net Assets (Total Assets minus Total Liabilities)
Three Years' Continuous Profitable Trading
Minimum level(s) of standards possibly required
Current ratio must be greater than 1.0 for each year for the last three years. This will be assessed by the Contracting Authority by reference to an independent financial reporting service.
This must be positive (greater than zero) each year for the last three years. This will be assessed by the Contracting Authority by reference to an independent financial reporting service.
The Candidate should demonstrate three years' continuous profitable trading over the last three years of trading. This will be assessed by the Contracting Authority by reference to an independent financial reporting service. Any period negative profitability is to be explained in detail by the Candidate: this explanation will be taken into the reasonable consideration of the Contracting Authority in assessing Submissions. Where the Contracting Authority is satisfied with the explanation and overall financial viability of the Candidate, it reserves the right to proceed with the Candidate's application.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Demonstrated successful delivery of similar requirements.
Minimum level(s) of standards possibly required
Delivery of at least one contract of a similar scope or scale over the last three years.
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
31 January 2022
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
31 January 2022
Local time
12:00pm
Place
Inverness
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: August 2024
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=677382.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:677382)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+44 1414298888
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Scottish Fire and Rescue Service (SFRS) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The SFRS will incorporate a minimum 10 calendar day standstill at the point information on the contract award is communicated to tenderers. The SFRS is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the SFRS, they suffer or risk suffering loss or damage. The bringing of court proceedings during the standstill period means that the SFRS must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the regulations.