Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Somerset CCG — Non Emergency Patient Transport Service.

  • First published: 19 December 2015
  • Last modified: 19 December 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Somerset CCG
Authority ID:
AA21055
Publication date:
19 December 2015
Deadline date:
21 January 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
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 authority

Somerset 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 contract

2

II.1.2)

Main site or location of works, place of delivery or performance



UKK2

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
85100000
60140000
60130000
34115200
85110000
85143000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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 scope

Further 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)

Options

There 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 completion

84

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

Unchecked box
Unchecked box

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


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

Unchecked box

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

Unchecked box
Checked box
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

Checked box    

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

Coding

Commodity categories

ID Title Parent category
85143000 Ambulance services Miscellaneous health services
85100000 Health services Health and social work services
85110000 Hospital and related services Health services
34115200 Motor vehicles for the transport of fewer than 10 persons Other passenger cars
60140000 Non-scheduled passenger transport Road transport services
34114122 Patient-transport vehicles Specialist vehicles
60130000 Special-purpose road passenger-transport services Road transport services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
angela.mortley@swcsu.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.