Tender

SAS2024833 - PPM Reactive Repairs & Statutory Inspections for Vehicle Workshop Equipment

  • Scottish Ambulance Service

F02: Contract notice

Notice identifier: 2024/S 000-036973

Procurement identifier (OCID): ocds-h6vhtk-04b6b8

Published 15 November 2024, 10:48am



Section one: Contracting authority

one.1) Name and addresses

Scottish Ambulance Service

National Headquarters, Gyle Square, South Gyle Crescent

Edinburgh

EH12 9EB

Contact

Nicola Hart

Email

nicola.hart@nhs.scot

Telephone

+44 7833483793

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scottishambulance.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00393

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

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/

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

SAS2024833 - PPM Reactive Repairs & Statutory Inspections for Vehicle Workshop Equipment

Reference number

2024833

two.1.2) Main CPV code

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.1.3) Type of contract

Services

two.1.4) Short description

This contract is to provide Planned Preventative Maintenance, Reactive Repairs and Statutory Inspections and Testing Services to Vehicle Workshop Equipment to all relevant Scottish Ambulance Service locations throughout the Scottish Mainland, Highlands and Islands.

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

East Central

Lot No

1

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This contract is to provide Planned Preventative Maintenance, Reactive Repairs and Statutory Inspections and Testing Services to Vehicle Workshop Equipment to all relevant Scottish Ambulance Service locations throughout the Scottish Mainland, Highlands and Islands.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 55

two.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 up to 24 months

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

North East

Lot No

2

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This contract is to provide Planned Preventative Maintenance, Reactive Repairs and Statutory Inspections and Testing Services to Vehicle Workshop Equipment to all relevant Scottish Ambulance Service locations throughout the Scottish Mainland, Highlands and Islands.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 55

two.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 up to 24 months

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

North West

Lot No

3

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This contract is to provide Planned Preventative Maintenance, Reactive Repairs and Statutory Inspections and Testing Services to Vehicle Workshop Equipment to all relevant Scottish Ambulance Service locations throughout the Scottish Mainland, Highlands and Islands.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 55

two.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 up to 24 months

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

South East

Lot No

4

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This contract is to provide Planned Preventative Maintenance, Reactive Repairs and Statutory Inspections and Testing Services to Vehicle Workshop Equipment to all relevant Scottish Ambulance Service locations throughout the Scottish Mainland, Highlands and Islands.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 55

two.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 up to 24 months

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

South West

Lot No

5

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This contract is to provide Planned Preventative Maintenance, Reactive Repairs and Statutory Inspections and Testing Services to Vehicle Workshop Equipment to all relevant Scottish Ambulance Service locations throughout the Scottish Mainland, Highlands and Islands.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 55

two.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 up to 24 months

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

West Central

Lot No

6

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

This contract is to provide Planned Preventative Maintenance, Reactive Repairs and Statutory Inspections and Testing Services to Vehicle Workshop Equipment to all relevant Scottish Ambulance Service locations throughout the Scottish Mainland, Highlands and Islands.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Price - Weighting: 55

two.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 up to 24 months

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

List and brief description of selection criteria

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.

The bidder should provide its yearly (“specific”) turnover in the business area(s) covered by the contract for the last 3 years.

Employers (compulsory) liability insurance 5 000 000 GBP minimum.

Public liability insurance 5 000 000 GBP minimum.


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

18 December 2024

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

Tender must be valid until: 18 March 2025

four.2.7) Conditions for opening of tenders

Date

18 December 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 2024833. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:783404)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

Edinburgh

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 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 Strategic Partner for Digital Transformation Strategy and Infrastructure Refresh 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).