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

Transport for Renal Dialysis Patients in Areas of Argyll & Bute

  • First published: 04 June 2024
  • Last modified: 04 June 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0456b6
Published by:
NHS Highland
Authority ID:
AA26981
Publication date:
04 June 2024
Deadline date:
03 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority requires a transportation service for renal patients residing in the catchment areas of Oban Lorn & Isles and Mid Argyll & Kintyre. Provision of services to other areas of Argyll including Cowal and Bute, Helensburgh and Lomond may be requested from time to time and will be subject to mutual agreement between the Authority and Contractor.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Highland

Assynt House, Beechwood Park

Inverness

IV2 3BW

UK

E-mail: nhsh.tender@nhs.scot

NUTS: UKM6

Internet address(es)

Main address: http://www.nhshighland.scot.nhs.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00302

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Transport for Renal Dialysis Patients in Areas of Argyll & Bute

Reference number: HH071-24-HB

II.1.2) Main CPV code

60130000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority requires a transportation service for renal patients residing in the catchment areas of Oban Lorn & Isles and Mid Argyll & Kintyre. Provision of services to other areas of Argyll including Cowal and Bute, Helensburgh and Lomond may be requested from time to time and will be subject to mutual agreement between the Authority and Contractor.

II.1.5) Estimated total value

Value excluding VAT: 556 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

II.2) Description

Lot No: 1

II.2.1) Title

Oban, Lorn and Isles

II.2.2) Additional CPV code(s)

60130000

II.2.3) Place of performance

NUTS code:

UKM8


Main site or place of performance:

Oban Lorn & Isles.

II.2.4) Description of the procurement

NHS Highland (Argyll and Bute HSCP) requires a transportation service for patients residing in the catchment area of Oban Lorn & Isles. The main Renal Units accessed by patients from this area are the Belford Hospital, Fort William and the Vale of Leven Hospital, Alexandria. This remains subject to change. Journeys are required up to 3 times per week per patient usually from their home to their Renal Unit and return for patients to receive Dialysis. Dialysis appointments may be spread across all seven days of the week and will include public and statutory holidays.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Contract period is for two years with an option to extend for up to a further 24 months.

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

II.2.14) Additional information

Additional Lots may be added at a later date.

Lot No: 2

II.2.1) Title

Mid Argyll and Kintyre Peninsula

II.2.2) Additional CPV code(s)

60130000

II.2.3) Place of performance

NUTS code:

UKM8


Main site or place of performance:

Mid Argyll and Kintyre Peninsula

II.2.4) Description of the procurement

NHS Highland (Argyll and Bute HSCP) requires a transportation service for patients residing in the catchment area of Mid Argyll & Kintyre. The main Renal Units accessed by patients from this area are the Campbeltown Hospital and the Vale of Leven Hospital, Alexandria. This remains subject to change. Journeys are required up to 3 times per week per patient usually from their home to their Renal Unit and return for patients to receive Dialysis. Dialysis appointments may be spread across all seven days of the week and will include public and statutory holidays.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Contract period is for two years with an option to extend for up to a further 24 months.

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

II.2.14) Additional information

Additional Lots may be added at a later date.

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:

Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Award shall be subject to a satisfactory financial evaluation having been carried out by NHS Highland which may include credit checks and accounts analysis.

a) A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the last year end. An additional question has been provided below to enable you to upload your second set of accounts.

or

b) A statement of your organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed, the same information for the period applicable. NOTE: if this information is not available in an audited format, please provide an end of period balance sheet or make the response specified in option (c) below.

or

c) If you are unable to provide the information requested above, please provide additional information and documentation that will give the Authority the assurance that you are capable of carrying out any subsequent awarded contract. For example, a statement of your organisation's cash flow forecast for the current year and a letter from your bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.

For example, provide a statement explaining why the organisation was not in net profit after tax in either of the reported financial years.


Minimum level(s) of standards required:

It is a requirement of this Contract that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded Contract, the types and levels of insurance indicated below:

Employer's (Compulsory) Liability Insurance = 5,000,000 GBP

Public Liability Insurance = 5,000,000 GBP

Professional Indemnity = 5,000,000 GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to provide a minimum of 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

Quality Management Procedures

1.The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

Or,

2. The bidder must have the following:

a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

Health and Safety Procedures

3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or a regularly reviewed documented process.


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-014146

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

Date: 03/07/2024

Local time: 12:00

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

Tender must be valid until: 01/10/2024

IV.2.7) Conditions for opening of tenders

Date: 03/07/2024

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26831. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:768065)

VI.4) Procedures for review

VI.4.1) Review body

The Inverness Justice Centre

Inverness

IV1 1AH

UK

VI.5) Date of dispatch of this notice

03/06/2024

Coding

Commodity categories

ID Title Parent category
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:
nhsh.tender@nhs.scot
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.