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