Notice Information
Notice Title
National Fleet Management
Notice Description
The procurement of a Fleet Management System is being undertaken by the Common Services Agency, more commonly known as NHS National Services Scotland (NSS) on its own behalf and on behalf of all entitles constituted pursuant to the National Health Service (Scotland) Act 1978 (Health Boards).
Lot Information
Lot 1
The procurement of a Fleet Management System is being undertaken by the Common Services Agency, more commonly known as NHS National Services Scotland (NSS) on its own behalf and on behalf of all entitles constituted pursuant to the National Health Service (Scotland) Act 1978 (Health Boards). The services may cover 5000 vehicles and pieces of associated equipment. Potentially between 150 and 200 Type A Users, and between 60 & 120 concurrent Type A Users. NSS are looking for a 2 year agreement, with an option to extend for 3 years on a year by year basis.
Renewal: There is an option to extend by three (3) twelve (12) month extensions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000786653
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526573
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
48 - Software package and information systems
50 - Repair and maintenance services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
42961300 - Vehicle location system
48000000 - Software package and information systems
50111100 - Vehicle-fleet management services
72000000 - IT services: consulting, software development, Internet and support
72260000 - Software-related services
72416000 - Application service providers
Notice Value(s)
- Tender Value
- £375,000 £100K-£500K
- Lots Value
- £375,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Mar 202511 months ago
- Submission Deadline
- 22 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) (NSS)
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 9EB
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- Drum Brae/Gyle
- Westminster Constituency
- Edinburgh South West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526573
National Fleet Management - The procurement of a Fleet Management System is being undertaken by the Common Services Agency, more commonly known as NHS National Services Scotland (NSS) on its own behalf and on behalf of all entitles constituted pursuant to the National Health Service (Scotland) Act 1978 (Health Boards).
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000786653-2025-03-21T00:00:00Z",
"date": "2025-03-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000786653",
"initiationType": "tender",
"parties": [
{
"id": "org-5",
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)",
"identifier": {
"legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
},
"address": {
"streetAddress": "1 South Gyle Crescent",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 9EB"
},
"contactPoint": {
"name": "Douglas Thomson",
"email": "douglas.thomson@nhs.scot",
"telephone": "+44 7890899518",
"url": "http://www.publictenderscotland.publicconytactsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "07",
"description": "Health",
"scheme": "COFOG"
}
],
"url": "http://www.nss.nhs.scot/browse/procurement-and-logistics"
}
},
{
"id": "org-47",
"name": "Sheriff Court House",
"identifier": {
"legalName": "Sheriff Court House"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)",
"id": "org-5"
},
"tender": {
"id": "NP503524",
"title": "National Fleet Management",
"description": "The procurement of a Fleet Management System is being undertaken by the Common Services Agency, more commonly known as NHS National Services Scotland (NSS) on its own behalf and on behalf of all entitles constituted pursuant to the National Health Service (Scotland) Act 1978 (Health Boards).",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "48000000",
"scheme": "CPV"
},
{
"id": "50111100",
"scheme": "CPV"
},
{
"id": "42961300",
"scheme": "CPV"
},
{
"id": "72260000",
"scheme": "CPV"
},
{
"id": "72416000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 375000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2025-04-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-04-22T12:00:00Z"
},
"documents": [
{
"id": "MAR526573",
"documentType": "contractNotice",
"title": "National Fleet Management",
"description": "The procurement of a Fleet Management System is being undertaken by the Common Services Agency, more commonly known as NHS National Services Scotland (NSS) on its own behalf and on behalf of all entitles constituted pursuant to the National Health Service (Scotland) Act 1978 (Health Boards).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR526573",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The procurement of a Fleet Management System is being undertaken by the Common Services Agency, more commonly known as NHS National Services Scotland (NSS) on its own behalf and on behalf of all entitles constituted pursuant to the National Health Service (Scotland) Act 1978 (Health Boards). The services may cover 5000 vehicles and pieces of associated equipment. Potentially between 150 and 200 Type A Users, and between 60 & 120 concurrent Type A Users. NSS are looking for a 2 year agreement, with an option to extend for 3 years on a year by year basis.",
"status": "active",
"value": {
"amount": 375000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Functional Requirements",
"description": "50"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "There is an option to extend by three (3) twelve (12) month extensions."
}
}
],
"bidOpening": {
"date": "2025-04-22T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "SPD Q.4B.1.1: Bidders are required to provide statement of accounts or extracts relating to their business for the previous 3 years. Where any are risks identified by NSS as part of the due diligence carried out on the above information NSS may require Bidders to provide additional information to demonstrate financial standing. Additional information can include but not be limited to: - parent company accounts (if applicable) - deeds of guarantee - bankers statements and references - accountants' references - management accounts - financial projections, including cash flow forecasts - details and evidence of previous contracts, including contract values - capital availability. Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement. Q.4B.5.1 and Q.4B.5.2: 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: Employers liability insurance: 5 000 000 GBP; Public liability insurance: 1 000 000 GBP; Professional indemnity insurance: 1 000 000 GBP"
},
{
"type": "technical",
"description": "4C.1.2 Please provide details of three relevant examples of services carried out during the last three years. 4.C.2 Bidders are required to confirm compliance with standards, such as ISO or equivalent, set by technical bodies, especially those responsible for quality control. Please provide examples such as the following: - Cyber Essentials - ISO 9001 - Quality Management Systems - ISO 27001 - Information Security Management - ISO 27017 - Code of practice for information security controls - ISO 27018 - Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors - UK Government 14 Cloud Security Principles Please state the relevance of any such educational and professional qualifications. 4C.6: Bidders will be required to confirm that they and/or the service provider have relevant educational and professional qualifications such as the following: ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the Services outlined in the Contract Notice. And: 4C.6.1: Bidders will be required to confirm that they and/or the service provider's managerial staff have relevant educational and professional qualifications such as the following: ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the Services outlined in the Contract Notice. 4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "72000000",
"scheme": "CPV"
},
"reviewDetails": "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.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Estimated Value: The estimated value provided in sections II.1.5 and II.2.6 includes the initial 24 month contract period. Cyber Security: It is a mandatory requirement that Bidders complete and pass a cyber security questionnaire which will be issued by Core to Cloud. Potential Bidders who plan to submit a Tender should, at the earliest possible opportunity, provide the following information to NSS via the PCS-T message board to allow Core to Cloud to issue the questionnaire: - Bidder name - Contact email - Contact telephone number Successful Bidders must take part in the NHS Scotland cyber security monitoring programme. Fair Work Practices: Bidders must describe how they will commit to fair work practices for workers (including any agency or subcontractor workers) engaged in the delivery of the contract as detailed within the ITT. Carbon Reduction: Bidders must provide their Carbon Reduction Plan for the main organisation(s) where the service or systems will be operated from under the Contract. This information will be used to demonstrate that suppliers awarded to public sector contracts are supporting the Scottish ambition of a net zero position by 2040. Scottish Landscape: All Bidders must provide as much of the following information as possible: - number of employees in Scotland - number and location of any bases in Scotland - total spend in Scotland used to support your business - use of local sub-contractors - rent for office or warehouses - salaries - hotels & transportation - goods/services provided by local businesses - other expenses The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28309. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: It is a mandatory requirement that Bidders agree to support the concept, provision and ongoing development of community benefits provision in relation to this Agreement. Bidders are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within Scotland, and also what impact and outcomes these have achieved. Bidders are required to summarise any community/social benefits that will be delivered as part of this Agreement if successful, or, alternatively, Bidders confirm that they will engage with the NHS Scotland Community Benefits Gateway (CBG). This gateway, developed through requests from suppliers seeking opportunities to support the delivery of community benefits within the contracting region, provides information community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be used for tracking and reporting, and is an approved, compliant route to the realisation of community benefits. For further information please visit: https://www.nss.nhs.scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28309. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:786653)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000786653"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}