CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
NHS Somerset Clinical Commissioning Group |
Wynford House, Lufton Way |
Yeovil |
BA22 8HR |
UK |
https://in-tendhost.co.uk/scwcsu/aspx/Home (NUTs Code UKK2)
Angela Mortley, Senior Clinical Procurement Manager |
+44 1935381969 |
angela.mortley@swcsu.nhs.uk |
|
www.somersetccg.nhs.uk/
https://in-tendhost.co.uk/scwcsu/aspx/Home
https://in-tendhost.co.uk/scwcsu/aspx/ProjectManage/108
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Yes Taunton and Somerset NHS Foundation Trust, Yeovil District Hospital NHS Foundation Trust, Somerset Partnership NHS Foundation Trust
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySomerset CCG — Non Emergency Patient Transport Service. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract2 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKK2 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The provision of Non-Emergency Patient Transport Services for Somerset Clinical Commissioning Group is being carried out using an Open Process. Further information and contract documentation can be obtained via the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home
The County of Somerset covers a large geographical area. It has a dispersed, mainly rural population of approximately 540 000 people, with only one in four of its residents living in one of its three largest towns; Taunton; Yeovil; and Bridgwater.
Somerset has two acute trusts within its borders (Taunton and Somerset NHS Foundation Trust and Yeovil District Hospital NHS Foundation Trust) as well as 13 community hospitals (run by Somerset Partnership NHS Foundation Trust) and 75 GP practices. The Somerset population also relies on access to services in a number of neighbouring out of county trusts. These journeys, referred to as Zone B journeys, are generally for services which are more specialist in nature.
Full details of the specification, activity, scope and requirements can be found in the Contract documentation and the Specification is supported with detailed journey information, maps and background information.
Bidders must be aware of the range of settings of care and the challenges that this diversity presents in terms of the resourcing and planning processes as well as its impact on the load factor and the ratio of loaded to unloaded mileage. Bidders should consider ways of achieving improvements against the current performance.
In constructing the tender the Commissioners have taken steps to ensure that there is an attractive, clear and robust specification and workload for bidders to respond to.
— The Specification excludes car journeys and PTS ambulance journeys which require the support of qualified crews
— The Commissioners have focussed the NEPTS contract on the core ‘traditional’ PTS workload looking to utilise multi-use vehicles to deliver an efficient and effective service.
— Out of area journeys (Zone C) are included within the contract base but with a separate payment tariff.
— The Patient Transport Advice Centre and Authorised Booking staff in the Trusts will make the booking requests and manage the eligibility criteria.
We are actively seeking flexible and solution-orientated companies who are keen to make a positive mark in the NEPTS market.
Our 3 key success factors to achieve from this procurement are:
— The provision of a quality, flexible and responsive service which meets the contracted performance targets.
— Excellent communication — IT and booking systems across the stakeholder community.
— Sustainability — an operational model which strives for innovation and efficiency with experience of delivery.
The duration of the agreement will be for 60 months, with an option to extend to up 24 months.
A bidder event has been scheduled for 10.30am Friday 8th January 2016 at:
Brympton Suite, Abbey Manor Business Centre, Preston Road, Yeovil, BA20 2EN.
To register for this event please complete the form provided on the eTendering portal and return via the same.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
34114122 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeFurther information and contract documentation can be obtained via the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home |
|
12 320 00015 400 000 GBP |
II.2.2)
|
OptionsThere is an option to extend the contract for up to 24 months at the Commissioners discretion. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion84 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Parent company and other guarantees may be required in certain circumstances, see the invitation to tender for further details.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
See the invitation to tender for further details.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
The Contracting Authority will also be utilising the supplier information database (SID4Gov) to manage and assess general information in the form of a profile. As well as responding to the tender via In-Tend, candidates are requested to provide or update their profile on the SID4Gov as follows:
a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register.
b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.
c) Suppliers who already have a published profile on SID4Gov must confirm that information is up to date; i) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 8452992994
Please note:
— All response to OJEU should be made through SCW CSU In-Tend eSourcing systems.
(https://in-tendhost.co.uk/scwcsu/aspx/Home)
— Registration is required on SID4GOV to update or provide company profiles only.
|
III.2.2)
|
Economic and financial capacity
As per III 2.1 above.
As per III 2.1 above.
|
III.2.3)
|
Technical capacity
As per III 2.1 above.
As per III 2.1 above.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? No |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
SCW/NHS11XCCG/00000108/2015
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2012/S 081-132988 26-04-2012
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 21-01-2016
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 21-01-2016
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published 60 months to 84 months. |
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
To receive more information about this tender, including the tender documentation and any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest into this tender on the following website: https://in-tendhost.co.uk/scwcsu/aspx/Home
Once you have successfully registered your expression of interest you will be issued with the Invitation to Tender (ITT) for completion before the deadline stated within the tender documentation.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracting Regulations 2015.
Unsuccessful tenderers and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 17-12-2015 |