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

Non-Emergency Patient Transport Services (NEPTS) for NHS Shropshire CCG and NHS Telford and Wrekin C

  • First published: 18 June 2019
  • Last modified: 18 June 2019

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 Midlands & Lancashire CSU
Authority ID:
AA28926
Publication date:
18 June 2019
Deadline date:
16 July 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Shropshire Clinical Commissioning Group, NHS Telford and Wrekin Clinical Commissioning Group and Powys Teaching Health Board jointly wish to invite prospective providers to express their interest for the provision of Non-Emergency Patient Transport Services (NEPTS) for eligible patients within the local healthcare population.

A non-emergency transport service is provided for patients, both adults and children, who have a medical condition which prevents them from using other forms of transport to travel to and from healthcare appointments. It is not for people who require transport for financial or social reasons, or for those requiring an immediate or emergency response.

The objectives of the service are to:

— provide transportation booking facilities e.g. telephone line, email, online system etc which are compliant with the accessible information standard,

— provide a dedicated team/s and booking office/s or hub within the geographical locality,

— conduct patient eligibility assessments and manage demand on the service in line with commissioned activity levels,

— determine patient’s mobility and moving and handling requirements to identify the type of vehicle and specialist equipment to be used for transportation/movement,

— determine patient’s mental health needs for example determine the support a dementia patient would require,

— provide vehicles and transport suitable for our eligible patients according to the patient medical condition/mobility,

— provide patient transport management and liaison with the NHS providers to ensure integration and system flow,

— provide local patient travel advice and sign-posting for patients assessed as not eligible to access the transportation service.

The CCG’s are looking to appoint a service provider or consortium to deliver this service for a period of 3 years with an optional 12 months extension available.

The successful provider will be required to sign the NHS Standard Contract for the service and accept all terms and conditions.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Midlands and Lancashire CSU on behalf of NHS Shropshire CCG, NHS Telford and Wrekin CCG and Powys Teaching Health Board

Heron House, 120 Grove Road

Stoke-on-Trent

ST4 4LX

UK

Telephone: +44 1216121500

E-mail: h.smith27@nhs.net

NUTS: UKG23

Internet address(es)

Main address: https://mlcsu.bravosolution.co.uk

I.1) Name and addresses

NHS Shropshire Clinical Commissioning Group

William Farr House, Mytton Oak Road

Shrewsbury

SY3 8XL

UK

Contact person: Hayley Smith

E-mail: h.smith27@nhs.net

NUTS: UKG22

Internet address(es)

Main address: http://shropshireccg.nhs.uk/

I.1) Name and addresses

NHS Telford and Wrekin Clinical Commissioning Group

Halesfield 6, Halesfield

Telford

TF7 4BF

UK

Contact person: Hayley Smith

E-mail: h.smith27@nhs.net

NUTS: UKG21

Internet address(es)

Main address: https://telfordccg.nhs.uk/

I.1) Name and addresses

Powys Teaching Health Board

Glasbury House, Bronllys Hospital, Bronllys

Powys

LD3 0LU

UK

Contact person: Hayley Smith

E-mail: h.smith27@nhs.net

NUTS: UKL24

Internet address(es)

Main address: http://www.powysthb.wales.nhs.uk/home

I.2) Joint procurement

The contract involves 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:

https://bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


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

Non-Emergency Patient Transport Services (NEPTS) for NHS Shropshire CCG and NHS Telford and Wrekin CCG

Reference number: STW-18-20

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Shropshire Clinical Commissioning Group, NHS Telford and Wrekin Clinical Commissioning Group and Powys Teaching Health Board jointly wish to invite prospective providers to express their interest for the provision of Non-Emergency Patient Transport Services (NEPTS) for eligible patients within the local healthcare population.

II.1.5) Estimated total value

Value excluding VAT: 14 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

34114122

60130000

85100000

85143000

II.2.3) Place of performance

NUTS code:

UKG21

UKG22

UKL24


Main site or place of performance:

Services to be provided across the County of Shropshire and Powys.

II.2.4) Description of the procurement

NHS Shropshire Clinical Commissioning Group, NHS Telford and Wrekin Clinical Commissioning Group and Powys Teaching Health Board jointly wish to invite prospective providers to express their interest for the provision of Non-Emergency Patient Transport Services (NEPTS) for eligible patients within the local healthcare population.

A non-emergency transport service is provided for patients, both adults and children, who have a medical condition which prevents them from using other forms of transport to travel to and from healthcare appointments. It is not for people who require transport for financial or social reasons, or for those requiring an immediate or emergency response.

The objectives of the service are to:

— provide transportation booking facilities e.g. telephone line, email, online system etc which are compliant with the accessible information standard,

— provide a dedicated team/s and booking office/s or hub within the geographical locality,

— conduct patient eligibility assessments and manage demand on the service in line with commissioned activity levels,

— determine patient’s mobility and moving and handling requirements to identify the type of vehicle and specialist equipment to be used for transportation/movement,

— determine patient’s mental health needs for example determine the support a dementia patient would require,

— provide vehicles and transport suitable for our eligible patients according to the patient medical condition/mobility,

— provide patient transport management and liaison with the NHS providers to ensure integration and system flow,

— provide local patient travel advice and sign-posting for patients assessed as not eligible to access the transportation service.

The CCG’s are looking to appoint a service provider or consortium to deliver this service for a period of 3 years with an optional 12 months extension available.

The successful provider will be required to sign the NHS Standard Contract for the service and accept all terms and conditions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 14 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Possibility of extending the contract for up to 12 months beyond the initial contract term.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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

List and brief description of conditions:

Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:

(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings undernational laws and regulations;

(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;

(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;

(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 078-186616

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/07/2019

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/07/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services. Any other public sector body wishing to access the contract may do so only with permission from the contracting NHS body.

The contract conditions will be set out in the invitation to tender. Further details will be made available via documentation and information released during the course of the tender process.

This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk

(i) candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of thewebsite is free of charge). If your organisation has registered previously, you do not need to re-register;

(ii) once registered, candidates must submit your reply on the website and by email by the deadline stated.For technical support in submitting your expression of interest contact the BravoSolution Help-desk on +448003684850 or E-mail: help@bravosolution.co.uk

Light Touch Regime’ services: this procurement is for clinical services which are light touch regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (‘Regulations’). Accordingly, the Contracting Authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations. The procedure which the Contracting Authorities are following is set out in the MOI.

As the CCG is a relevant body for the purpose of the National Health Service (procurement, patient choice and competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shropshire Clinical Commissioning Group

William Farr House, Mytton Oak Road

Shrewsbury

SY3 8XL

UK

E-mail: bethan.emberton@nhs.net

Internet address(es)

URL: http://shropshireccg.nhs.uk/

VI.4.2) Body responsible for mediation procedures

NHS Shropshire Clinical Commissioning Group

William Farr House, Mytton Oak Road

Shrewsbury

SY3 8XL

UK

E-mail: bethan.emberton@nhs.net

Internet address(es)

URL: http://shropshireccg.nhs.uk/

VI.5) Date of dispatch of this notice

14/06/2019

Coding

Commodity categories

ID Title Parent category
85143000 Ambulance services Miscellaneous health services
85100000 Health services Health and social work 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:
h.smith27@nhs.net
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.