By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Framework agreement to facilitate the supply of ambulance service vehicles.

CONTRACT NOTICE

Supplies

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

West Midlands Ambulance Service NHS Trust
Millenium Point, Waterfront Business Park, Brierley Hill
DY5 1LX Dudley
UNITED KINGDOM

Further information can be obtained at: Sector Treasury Services Ltd
Innovation Court, New Street
Attn: Amy Welch
RG21 7JB Basingstoke
UNITED KINGDOM
Tel. +44 1256383796
E-mail:
Fax +44 1256383813

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: Sector Treasury Services Ltd
Innovation Court, New Street
Attn: Amy Welch
RG21 7JB Basingstoke
UNITED KINGDOM
Tel. +44 1256383796
E-mail:
Fax +44 1256383813

Tenders or requests to participate must be sent to: Sector Treasury Services Ltd
Innovation Court, New Street
Attn: Amy Welch
RG21 7JB Basingstoke
UNITED KINGDOM
Tel. +44 1256383796
E-mail:
Fax +44 1256383813

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
Health
The contracting authority is purchasing on behalf of other contracting authorities Yes

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting authority
Framework agreement to facilitate the supply of ambulance service vehicles.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main place of delivery Throughout the United Kingdom.

NUTS code UK

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 15
Duration of the framework agreement: Duration in month(s): 48
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT 300 000 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
The provision of a 48 month framework agreement to facilitate the supply of ambulance service vehicles including accident and emergency, rapid response, patient transport and general use vehicles for operation by West Midlands Ambulance Service NHS Trust, East Midlands Ambulance Services NHS Trust, South Central Ambulance Service NHS Trust, East of England Ambulance Service NHS Trust, all other UK based NHS Ambulance Service Trusts and other eligible contracting bodies.
II.1.6)Common procurement vocabulary (CPV)

34114121, 50117200, 34211200, 34114120, 34114122

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
The purpose of this procurement exercise is to source ambulance vehicle conversion providers in respect of the establishment of an ambulance vehicle supply framework agreement. All contracting eligible bodies wishing to access the framework will obtain quotes on their required specifications from each successful participant on the relevant lot. Appointment to the framework does not guarantee any award of business to individual contractors. The trust named as the contracting Authority in this notice, West Midlands Ambulance Service NHS Trust, are leading this collaborative procurement exercise and the resulting framework agreement will be accessible by all other UK NHS Ambulance Service Trusts, who are listed below.
East Midlands Ambulance Service NHS Trust.
East of England Ambulance Service NHS Trust.
Great Western Ambulance Service NHS Trust.
Isle of Wight NHS Primary Care Trust.
London Ambulance Service NHS Trust.
North East Ambulance Service NHS Trust.
North West Ambulance Service NHS Trust.
Northern Ireland Ambulance Service Health and Social Care Trust.
Scottish Ambulance Service NHS Trust.
South Central Ambulance Service NHS Trust.
South East Coast Ambulance Service NHS Trust.
South West Ambulance Service NHS Trust.
Welsh Ambulance Services NHS Trust.
Yorkshire Ambulance Service NHS Trust.
In addition other eligible NHS contracting bodies will be able to access this framework. Sector Treasury Services Ltd (Sector), a major provider of lease advisory services to the UK public sector, will be able to access this framework to arrange contracts on behalf of its clients. Sector will provide details of the framework agreement and market the framework to its clients.
The framework agreement will run for a period of 48 months with an anticipated maximum capital value of 300 000 000 GBP.
It is envisaged that up to 10 participants will be awarded the contract for each lot (1-6).
II.2.2)Options
No
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration in months: 48 (from the award of the contract)

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE Supply of accident and emergency vehicles
1)SHORT DESCRIPTION
Supply of accident and emergency vehicles of a box body construction.
2)COMMON PROCUREMENT VOCABULARY (CPV)

34114121, 50117200, 34211200, 34114120

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 2 TITLE Supply of accident and emergency vehicles
1)SHORT DESCRIPTION
Supply of accident and emergency vehicles of a van conversion construction.
2)COMMON PROCUREMENT VOCABULARY (CPV)

34114121, 50117200, 34211200, 34114120

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 3 TITLE Supply of rapid response vehicles
1)SHORT DESCRIPTION
Supply of rapid response vehicles (based on a car conversion).
2)COMMON PROCUREMENT VOCABULARY (CPV)

34114121, 50117200, 34211200, 34114122

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 4 TITLE Supply of patient transport vehicles
1)SHORT DESCRIPTION
Supply of patient transport vehicles (including multi patient / stretcher variations).
2)COMMON PROCUREMENT VOCABULARY (CPV)

34114121, 50117200, 34211200, 34114120, 34114122

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 5 TITLE Supply of patient transport vehicles
1)SHORT DESCRIPTION
Supply of patient transport vehicles (including single patient/wheelchair accessible conversions).
2)COMMON PROCUREMENT VOCABULARY (CPV)

34114121, 50117200, 34211200, 34114120, 34114122

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS
LOT NO: 6 TITLE Supply of ambulance service support vehicles
1)SHORT DESCRIPTION
Supply of ambulance service support vehicles and any other specialist vehicles operated by the NHS Trust (i.e incident support, logistics, commercial service vehicles).
2)COMMON PROCUREMENT VOCABULARY (CPV)

34114121, 50117200, 34211200, 34114120, 34114122

3)QUANTITY OR SCOPE
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACT OR STARTING/COMPLETION
5)ADDITIONAL INFORMATION ABOUT LOTS

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
N/a.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
All prices quoted in the tender must be in sterling (GBP).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
N/a.
III.1.4)Other particular conditions to which the performance of the contract is subject
No
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: As set out in the pre-qualification questionnaire.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: As set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
As set out in the pre-qualification questionnaire.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5 maximum number 15
Objective criteria for choosing the limited number of candidates: Economic and financial capacity, technical capacity and track record of delivering similar contracts.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Competitiveness of pricing. Weighting 50
2. After sales services and warranty. Weighting 30
3. Contractual terms and documentation. Weighting 20
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 19.8.2011 - 10:00
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
26.8.2011 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
All enquiries must be made through the Trust's advisors Sector Treasury Services Ltd.
The outcomes of this procurement exercise will be used in conjuction with outcomes of a procurement exercise for the lease procurement and maintenance of ambulance service vehicles to establish a single ambulance vehicle supply framework agreement.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Trust will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This allows successful tenderers to seek further debriefing from the Trust before the contract is entered into. Applicants have 2 working days from notification of the award decision to request additional debriefing and that informatino should be requested from the address in Section 1.1. If an appeal regarding the award of a contract has not been sucessfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally three months). Where a contract has not been entered into the court may order the setting aside of the award decisino or order the Trust to amend any documentation and award damages. If the contract has been entered into the court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
1.8.2011