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 for Nottinghamshire and Bassetlaw CCGs

  • First published: 05 March 2019
  • Last modified: 05 March 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 Mansfield and Ashfield CCG
Authority ID:
AA74922
Publication date:
05 March 2019
Deadline date:
01 April 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The service(s) will be required to meet the following needs:

— pre-planned journeys including but not limited to transport to and from outpatient appointments/day cases/admissions and discharges from wards to their normal place of residence or step down care/assessment setting

— on the day/short notice including but not limited to discharges from wards and A&E to their normal place of residence,

— planned Inter Hospital transfers to both NHS and Independent Sector where contracted — this excludes emergency transfers. This may also include an element of on the day/short notice transfers. It is expected that an MOU will be drafted between the PTS provider, main acute Trusts, EMAS and other relevant Ambulance Trusts,

— renal patients attending haemodialysis,

— end of life patients.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Mansfield and Ashfield CCG

na

Birch House

Mansfield

NG21 0HJ

UK

Contact person: David Heason

E-mail: d.heason@nhs.net

NUTS: UKF1

Internet address(es)

Main address: https://www.ardengemcsu.nhs.uk/

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/68205

I.1) Name and addresses

NHS Newark & Sherwood CCG

Balderton

UK

E-mail: d.heason@nhs.net

NUTS: UKF1

Internet address(es)

Main address: https://www.newarkandsherwoodccg.nhs.uk

I.1) Name and addresses

NHS Nottingham City CCG

Nottingham

UK

E-mail: d.heason@nhs.net

NUTS: UKF1

Internet address(es)

Main address: https://www.nottinghamcity.nhs.uk

I.1) Name and addresses

NHS Nottingham North & East CCG

Arnold

UK

E-mail: d.heason@nhs.net

NUTS: UKF1

Internet address(es)

Main address: www.nottinghamnortheastccg.nhs.uk

I.1) Name and addresses

NHS Nottingham West CCG

Stapleford

UK

E-mail: d.heason@nhs.net

NUTS: UKF1

Internet address(es)

Main address: https://www.nottinghamwestccg.nhs.uk

I.1) Name and addresses

NHS Rushcliffe CCG

Ruddington

UK

E-mail: d.heason@nhs.net

NUTS: UKF1

Internet address(es)

Main address: https://www.rushcliffeccg.nhs.uk

I.1) Name and addresses

NHS Bassetlaw CCG

Retford

UK

E-mail: d.heason@nhs.net

NUTS: UKF1

Internet address(es)

Main address: www.bassetlawccg.nhs.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=27583&B=OGC


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=27583&B=OGC


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 for Nottinghamshire and Bassetlaw CCGs

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The service(s) will be required to meet the following needs:

— pre-planned journeys including but not limited to transport to and from outpatient appointments/day cases/admissions and discharges from wards to their normal place of residence or step down care/assessment setting,

— on the day/short notice including but not limited to discharges from wards and A&E to their normal place of residence,

— planned Inter Hospital transfers to both NHS and independent sector where contracted — this excludes emergency transfers. This may also include an element of on the day/short notice transfers. It is expected that an MOU will be drafted between the PTS provider, main acute Trusts, EMAS and other relevant Ambulance Trusts,

— renal patients attending haemodialysis,

— end of life patients.

II.1.5) Estimated total value

Value excluding VAT: 52 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85000000

II.2.3) Place of performance

NUTS code:

UKF1

II.2.4) Description of the procurement

The service(s) will be required to meet the following needs:

— pre-planned journeys including but not limited to transport to and from outpatient appointments/day cases/admissions and discharges from wards to their normal place of residence or step down care/assessment setting

— on the day/short notice including but not limited to discharges from wards and A&E to their normal place of residence,

— planned Inter Hospital transfers to both NHS and Independent Sector where contracted — this excludes emergency transfers. This may also include an element of on the day/short notice transfers. It is expected that an MOU will be drafted between the PTS provider, main acute Trusts, EMAS and other relevant Ambulance Trusts,

— renal patients attending haemodialysis,

— end of life patients.

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: 51 800 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The contract is 5 years with an optional 2 year extension. At the end of this period the contract will be re-procured.

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:

All professional and/or trade registrations is specified within the tender documentation.

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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 027-060035

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

Date: 01/04/2019

Local time: 16:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 01/04/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Arden and GEM Commissioning Support Unit

Bracebridge Heath

LN4 2HN

UK

VI.4.2) Body responsible for mediation procedures

Arden and GEM CSU

Bracebridge Heath

UK

VI.4.4) Service from which information about the review procedure may be obtained

Arden and GEM CSU

Bracebridge Heath

UK

VI.5) Date of dispatch of this notice

28/02/2019

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other 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:
d.heason@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.