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

Framework Agreement for the Supply of Renal Transport Services

  • First published: 02 November 2023
  • Last modified: 02 November 2023

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:
ocds-h6vhtk-041082
Published by:
NHS Lanarkshire
Authority ID:
AA22920
Publication date:
02 November 2023
Deadline date:
30 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to procure the Supply of Renal Transport Services to transport passengers receiving renal dialysis treatment to the central Renal Unit located within University Hospital Monklands (“the Service”). A Specification detailing the mandatory requirements of the Board is provided in Appendix 1- Specification.

The overall objective of the framework is to provide the Board with a service to transport patients receiving renal dialysis in a timely, efficient and economic manner. Availability, punctuality and reliability of the services are essential to this contract as are issues concerning continuity of care and treatment of patients.

The framework duration will be three (3) years with an opportunity to review and extend the framework for a further one (1) year with an optional one (1) year thereafter. (3+1+1). The estimated value of this framework if extended to its full potential (3+1+1) will be GBP1.57m.

The framework will be awarded to a sole supplier who will be required to deliver all elements of the service required as stated in Appendix 1.

The framework will be governed by NHS Lanarkshire’s Framework Terms and Conditions for Goods & Services which have been uploaded to Public Contracts Scotland with the tender documentation.

Call-offs from the framework will be governed by NHS Lanarkshire’s standard Terms and Conditions for the Provision of Services, which have been uploaded to Public Contracts Scotland with the tender documentation.

NHS Greater Glasgow & Clyde will be named as a party to this framework. If NHS Greater Glasgow & Clyde wish to utilise this framework, call-offs will be governed by NHS Greater Glasgow & Clyde Conditions for the Provision of Services

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Lanarkshire

NHS Lanarkshire Headquarters, Kirklands, Fallside Road

Bothwell

G71 8BB

UK

Telephone: +44 7976930578

E-mail: tenders@lanarkshire.scot.nhs.uk

NUTS: UKM8

Internet address(es)

Main address: http://www.nhslanarkshire.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297

I.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

UK

Telephone: +44 1412015388

E-mail: ggc.supplierenquiries@ggc.scot.nhs.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.nhsggc.scot/about-us/procurement/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

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:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


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

Framework Agreement for the Supply of Renal Transport Services

Reference number: NHSL442-23

II.1.2) Main CPV code

60000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to procure the Supply of Renal Transport Services to transport passengers receiving renal dialysis treatment to the central Renal Unit located within University Hospital Monklands (“the Service”). A Specification detailing the mandatory requirements of the Board is provided in Appendix 1- Specification.

The overall objective of the framework is to provide the Board with a service to transport patients receiving renal dialysis in a timely, efficient and economic manner. Availability, punctuality and reliability of the services are essential to this contract as are issues concerning continuity of care and treatment of patients.

II.1.5) Estimated total value

Value excluding VAT: 1 570 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM8

II.2.4) Description of the procurement

NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to procure the Supply of Renal Transport Services to transport passengers receiving renal dialysis treatment to the central Renal Unit located within University Hospital Monklands (“the Service”). A Specification detailing the mandatory requirements of the Board is provided in Appendix 1- Specification.

The overall objective of the framework is to provide the Board with a service to transport patients receiving renal dialysis in a timely, efficient and economic manner. Availability, punctuality and reliability of the services are essential to this contract as are issues concerning continuity of care and treatment of patients.

The framework duration will be three (3) years with an opportunity to review and extend the framework for a further one (1) year with an optional one (1) year thereafter. (3+1+1). The estimated value of this framework if extended to its full potential (3+1+1) will be GBP1.57m.

The framework will be awarded to a sole supplier who will be required to deliver all elements of the service required as stated in Appendix 1.

The framework will be governed by NHS Lanarkshire’s Framework Terms and Conditions for Goods & Services which have been uploaded to Public Contracts Scotland with the tender documentation.

Call-offs from the framework will be governed by NHS Lanarkshire’s standard Terms and Conditions for the Provision of Services, which have been uploaded to Public Contracts Scotland with the tender documentation.

NHS Greater Glasgow & Clyde will be named as a party to this framework. If NHS Greater Glasgow & Clyde wish to utilise this framework, call-offs will be governed by NHS Greater Glasgow & Clyde Conditions for the Provision of Services

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60

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:

There is an opportunity for the Board to review and extend the framework for a further one (1) year with an optional one (1) year thereafter.

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:

Please refer to SPD

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

III.2.2) Contract performance conditions

Please refer to tender documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: If all extension options are exercised, the framework may be for 5 years in total. This is due to the complexity of procuring for this service. The framework will be reviewed after the initial 3 year term and may not be extended if not deemed suitable

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 30/11/2023

Local time: 17:00

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 30/11/2023

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Board may choose to procure another framework or contract for the provision of these services after the initial term or subsequent extensions.

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=748961.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:748961)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=748961

VI.4) Procedures for review

VI.4.1) Review body

Hamilton Sheriff Court

Hamilton

UK

VI.5) Date of dispatch of this notice

31/10/2023

Coding

Commodity categories

ID Title Parent category
60000000 Transport services (excl. Waste transport) Transport and Related 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:
tenders@lanarkshire.scot.nhs.uk
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.