Ausschreibung: Arbeitskleidung, besondere Arbeitsbekleidungen und Zubehör - UK-Edinburgh Arbeitskleidung, besondere Arbeitsbekleidungen und Zubehör Berufskleidung Dokument Nr...: 102825-2020 (ID: 2020030209172194479) Veröffentlicht: 02.03.2020 * UK-Edinburgh: Arbeitskleidung, besondere Arbeitsbekleidungen und Zubehör 2020/S 43/2020 102825 Auftragsbekanntmachung Lieferauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) Postanschrift: Gyle Square (NSS Head Office), 1 South Gyle Crescent Ort: Edinburgh NUTS-Code: UKM Postleitzahl: EH12 9EB Land: Vereinigtes Königreich E-Mail: [6]rcruickshanks@nhs.net Telefon: +44 1312756840 Internet-Adresse(n): Hauptadresse: [7]http://www.nhsscotlandprocurement.scot.nhs.uk/ Adresse des Beschafferprofils: [8]https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile .aspx?ID=AA11883 I.2)Informationen zur gemeinsamen Beschaffung Der Auftrag wird von einer zentralen Beschaffungsstelle vergeben I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]www.publictenderscotland.publiccontractsscotland.gov.uk Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]www.publictenderscotland.publiccontractsscotland.gov.uk Im Rahmen der elektronischen Kommunikation ist die Verwendung von Instrumenten und Vorrichtungen erforderlich, die nicht allgemein verfügbar sind. Ein uneingeschränkter und vollständiger direkter Zugang zu diesen Instrumenten und Vorrichtungen ist gebührenfrei möglich unter: [11]www.publictenderscotland.publiccontractsscotland.gov.uk I.4)Art des öffentlichen Auftraggebers Einrichtung des öffentlichen Rechts I.5)Haupttätigkeit(en) Gesundheit Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: NHS Scotland National Uniform Referenznummer der Bekanntmachung: NP721-20 II.1.2)CPV-Code Hauptteil 18100000 II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: 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 subcontract, the authority intends for this to be continued. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 19 200 000.00 GBP II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: ja Angebote sind möglich für alle Lose II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: NHS Scotland Scottish Ambulance Service Los-Nr.: 2 II.2.2)Weitere(r) CPV-Code(s) 18100000 II.2.3)Erfüllungsort NUTS-Code: UKM Hauptort der Ausführung: Scottish Ambulance Service Sites throughout SCOTLAND. II.2.4)Beschreibung der Beschaffung: 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. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Technical/quality / Gewichtung: 30 Preis - Gewichtung: 70 II.2.6)Geschätzter Wert Wert ohne MwSt.: 3 200 000.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Beginn: 01/12/2020 Ende: 30/11/2026 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Possibility of extending for 2 x 12 month periods. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: NHS Scotland National Uniform Los-Nr.: 1 II.2.2)Weitere(r) CPV-Code(s) 18110000 II.2.3)Erfüllungsort NUTS-Code: UKM Hauptort der Ausführung: NHS Scotland and educational establishments throughout SCOTLAND. II.2.4)Beschreibung der Beschaffung: 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 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. 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 subcontract in the current framework and supply chain and the authority intends to continue this in the new framework. Article 20 of the Procurement Directive (2014/24/EU) refers. Full details provided in the tender documentation. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Technical/quality / Gewichtung: 30 Preis - Gewichtung: 70 II.2.6)Geschätzter Wert Wert ohne MwSt.: 16 000 000.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Beginn: 01/12/2020 Ende: 30/11/2026 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: Possibility of extending for 2 x 12 month periods. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: 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. Möglicherweise geforderte Mindeststandards: A number of the technical requirements are mandatory these are detailed in the contract/tender documentation. III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: Details provided in tender documentation. III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung Rahmenvereinbarung mit mehreren Wirtschaftsteilnehmern Geplante Höchstanzahl an Beteiligten an der Rahmenvereinbarung: 2 Bei Rahmenvereinbarungen Begründung, falls die Laufzeit der Rahmenvereinbarung vier Jahre übersteigt: The contractor may be required to make a considerable investment in its supply chain to enable the manufacture, transport, storage, distribution and order fulfilment of uniform items. A 6-year framework with the option to extend for a further 2 x 12 months will improve the Return On Investment for suppliers. IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [12]2019/S 232-568388 IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 23/04/2020 Ortszeit: 10:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 3 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 23/04/2020 Ortszeit: 10:00 Ort: NSS, Gyle Square, South Gyle Crescent, EH12 9EB. Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen Aufträge werden elektronisch erteilt Die elektronische Rechnungsstellung wird akzeptiert Die Zahlung erfolgt elektronisch VI.3)Zusätzliche Angaben: The estimated value range referred to in this notice is for the whole framework duration. 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 NP721-20. The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 15416 For more information see: [13]https://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID= 2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15416. For more information see: [14]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 343 A subcontract clause has been included in this contract. For more information see: [15]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 363 Community benefits are included in this requirement. For more information see: [16]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 361 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. (SC Ref:609649) VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Edinburgh Sheriff Court Postanschrift: Sheriff Court House, 27 Chambers Street Ort: Edinburgh Postleitzahl: EH1 1LB Land: Vereinigtes Königreich E-Mail: [17]edinburgh@scotcourts.gov.uk Telefon: +44 1312252525 VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: 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. VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Offizielle Bezeichnung: Court of Session Postanschrift: Parliament House, Parliament Square Ort: Edinburgh Postleitzahl: EH1 1RQ Land: Vereinigtes Königreich VI.5)Tag der Absendung dieser Bekanntmachung: 26/02/2020 References 6. mailto:rcruickshanks@nhs.net?subject=TED 7. http://www.nhsscotlandprocurement.scot.nhs.uk/ 8. https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883 9. http://www.publictenderscotland.publiccontractsscotland.gov.uk/ 10. http://www.publictenderscotland.publiccontractsscotland.gov.uk/ 11. http://www.publictenderscotland.publiccontractsscotland.gov.uk/ 12. https://ted.europa.eu/udl?uri=TED:NOTICE:568388-2019:TEXT:DE:HTML 13. https://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 14. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 15. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 16. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 17. mailto:edinburgh@scotcourts.gov.uk?subject=TED OT: 02/03/2020 S43 Supplies - Contract notice - Open procedure United Kingdom-Edinburgh: Occupational clothing, special workwear and accessories 2020/S 043-102825 Contract notice Supplies Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS) Postal address: Gyle Square (NSS Head Office), 1 South Gyle Crescent Town: Edinburgh NUTS code: UKM Postal code: EH12 9EB Country: United Kingdom E-mail: [6]rcruickshanks@nhs.net Telephone: +44 1312756840 Internet address(es): Main address: [7]http://www.nhsscotlandprocurement.scot.nhs.uk/ Address of the buyer profile: [8]https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile .aspx?ID=AA11883 I.2)Information about joint procurement The contract is awarded by a central purchasing body I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [9]www.publictenderscotland.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]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: [11]www.publictenderscotland.publiccontractsscotland.gov.uk I.4)Type of the contracting authority Body governed by public law I.5)Main activity Health Section II: Object II.1)Scope of the procurement II.1.1)Title: NHS Scotland National Uniform Reference number: NP721-20 II.1.2)Main CPV code 18100000 II.1.3)Type of contract Supplies II.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 subcontract, the authority intends for this to be continued. II.1.5)Estimated total value Value excluding VAT: 19 200 000.00 GBP II.1.6)Information about lots This contract is divided into lots: yes Tenders may be submitted for all lots II.2)Description II.2.1)Title: NHS Scotland Scottish Ambulance Service Lot No: 2 II.2.2)Additional CPV code(s) 18100000 II.2.3)Place of performance NUTS code: UKM Main site or place of performance: Scottish Ambulance Service Sites throughout SCOTLAND. II.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. II.2.5)Award criteria Criteria below Quality criterion - Name: Technical/quality / Weighting: 30 Price - Weighting: 70 II.2.6)Estimated value Value excluding VAT: 3 200 000.00 GBP II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Start: 01/12/2020 End: 30/11/2026 This contract is subject to renewal: yes Description of renewals: Possibility of extending for 2 x 12 month periods. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: NHS Scotland National Uniform Lot No: 1 II.2.2)Additional CPV code(s) 18110000 II.2.3)Place of performance NUTS code: UKM Main site or place of performance: NHS Scotland and educational establishments throughout SCOTLAND. II.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 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. 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 subcontract in the current framework and supply chain and the authority intends to continue this in the new framework. Article 20 of the Procurement Directive (2014/24/EU) refers. Full details provided in the tender documentation. II.2.5)Award criteria Criteria below Quality criterion - Name: Technical/quality / Weighting: 30 Price - Weighting: 70 II.2.6)Estimated value Value excluding VAT: 16 000 000.00 GBP II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Start: 01/12/2020 End: 30/11/2026 This contract is subject to renewal: yes Description of renewals: Possibility of extending for 2 x 12 month periods. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information Section III: Legal, economic, financial and technical information III.1)Conditions for participation III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers III.1.2)Economic and financial standing Selection criteria as stated in the procurement documents III.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. III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.2)Contract performance conditions: Details provided in tender documentation. III.2.3)Information about staff responsible for the performance of the contract Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Open procedure IV.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 may be required to make a considerable investment in its supply chain to enable the manufacture, transport, storage, distribution and order fulfilment of uniform items. A 6-year framework with the option to extend for a further 2 x 12 months will improve the Return On Investment for suppliers. IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.1)Previous publication concerning this procedure Notice number in the OJ S: [12]2019/S 232-568388 IV.2.2)Time limit for receipt of tenders or requests to participate Date: 23/04/2020 Local time: 10:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4)Languages in which tenders or requests to participate may be submitted: English IV.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) IV.2.7)Conditions for opening of tenders Date: 23/04/2020 Local time: 10:00 Place: NSS, Gyle Square, South Gyle Crescent, EH12 9EB. Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3)Additional information: The estimated value range referred to in this notice is for the whole framework duration. 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 NP721-20. The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 15416 For more information see: [13]https://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID= 2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15416. For more information see: [14]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 343 A subcontract clause has been included in this contract. For more information see: [15]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 363 Community benefits are included in this requirement. For more information see: [16]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 361 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. (SC Ref:609649) VI.4)Procedures for review VI.4.1)Review body Official name: Edinburgh Sheriff Court Postal address: Sheriff Court House, 27 Chambers Street Town: Edinburgh Postal code: EH1 1LB Country: United Kingdom E-mail: [17]edinburgh@scotcourts.gov.uk Telephone: +44 1312252525 VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure 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. VI.4.4)Service from which information about the review procedure may be obtained Official name: Court of Session Postal address: Parliament House, Parliament Square Town: Edinburgh Postal code: EH1 1RQ Country: United Kingdom VI.5)Date of dispatch of this notice: 26/02/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de