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