Opportunity

Somerset Integrated Care System - Non-Emergency Patient Transport Services, Patient Discharge and (inter-hospital) Transfers and Planned NEPTS

  • NHS Somerset Integrated Care Board
  • Somerset NHS Foundation Trust

F21: Social and other specific services – public contracts (contract notice)

Notice reference: 2023/S 000-001397

Published 17 January 2023, 12:56pm



Section one: Contracting authority

one.1) Name and addresses

NHS Somerset Integrated Care Board

Wynford House, Lufton Road,

Yeovil

BA22 8HR

Contact

Angela Mortley

Email

angelamortley@nhs.net

Country

United Kingdom

NUTS code

UKK2 - Dorset and Somerset

NHS Organisation Data Service

11X

Internet address(es)

Main address

https://nhssomerset.nhs.uk/

Buyer's address

https://health-family.force.com/s/Welcome

one.1) Name and addresses

Somerset NHS Foundation Trust

Musgrove Park

Taunton

TA1 5DA

Contact

Angela Mortley

Email

angelamortley@nhs.net

Country

United Kingdom

NUTS code

UKK - South West (England)

NHS Organisation Data Service

RH5

Internet address(es)

Main address

https://www.somersetft.nhs.uk/

Buyer's address

https://health-family.force.com/s/Welcome

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Somerset Integrated Care System - Non-Emergency Patient Transport Services, Patient Discharge and (inter-hospital) Transfers and Planned NEPTS

Reference number

WA 11107

two.1.2) Main CPV code

  • 60130000 - Special-purpose road passenger-transport services

two.1.3) Type of contract

Services

two.1.4) Short description

Three partners of the Somerset Integrated Care System, Somerset Integrated Care Board, Somerset NHS Foundation Trust, and Yeovil District Hospital NHS Foundation Trust are seeking the provision of Non-Emergency Patient Transport Services (NEPTS) in the following two categories which will be procured as two separate Lots within a single process.

Lot 1 - Patient Discharge and (inter-hospital) Transfers (PD&T)

Lot 2 - Planned NEPTS Journeys (Planned)

The County of Somerset covers a large geographical area. It has a dispersed, mainly rural population of approximately 564,000 people, with only one in four of its residents living in one of its three largest towns; Taunton; Yeovil; and Bridgwater.

Somerset has two Acute Trusts within its borders (Somerset NHS Foundation Trust and Yeovil District Hospital NHS Foundation Trust) as well as 12 community hospitals (run by Somerset NHS Foundation Trust), 64 GP practices, a hospice and several care homes. The Somerset population also relies on access to services in a few neighbouring out of county Trusts. These journeys, referred to as Zone B journeys, are generally for services which are more specialist in nature.

Full details for each of the Lots including specification, activity, scope and requirements can be found within the procurement documentation. For the avoidance of doubt this procurement does not cover car services.

Bidders should be aware that NHS Somerset has appointed Somerset NHS Foundation Trust as the Lead Provider Trust for Lot 1 - Patient Discharge and (inter-hospital Transfers) with the responsibility of managing this activity. The successful provider will contract directly with Somerset NHS Foundation Trust via the NHS Standard Contract - subcontracted for this element. For the avoidance of doubt NHS Somerset will contract with the successful Lot 2 - Planned provider for this service.

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months at the discretion of the Commissioner.

The contract value per annum for each lot is:

• Lot 1 PD&T - £1,818,120 giving a contract value of £9,090,600 for the initial 60-month period and £12,726,840 if the full extension period of 24 months is adopted.

• Lot 2 Planned - £3,240,824 giving a contract value of £16,204,120 for the initial 60-month period and £22,685,768 if the full extension period of 24 months is adopted.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.5) Estimated total value

Value excluding VAT: £35,412,608

two.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

two.2) Description

two.2.1) Title

Lot 1 - Patient Discharge and (inter-hospital) Transfers (PD&T)

Lot No

1

two.2.2) Additional CPV code(s)

  • 34114122 - Patient-transport vehicles

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.2.4) Description of the procurement

Three partners of the Somerset Integrated Care System, Somerset Integrated Care Board, Somerset NHS Foundation Trust, and Yeovil District Hospital NHS Foundation Trust are seeking the provision of Non-Emergency Patient Transport Services (NEPTS). This Lot relates to:

Lot 1 - Patient Discharge and (inter-hospital) Transfers (PD&T)

Full details of the Lot including specification, activity, scope and requirements can be found within the procurement documentation. For the avoidance of doubt this procurement does not cover car services.

Bidders should be aware that NHS Somerset Integrated Care Board has appointed Somerset NHS Foundation Trust as the Lead Provider Trust with the responsibility of managing these non-emergency patient transport services. The successful provider will contract directly with Somerset NHS Foundation Trust via the NHS Standard Contract - subcontracted.

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months at the discretion of the Commissioner.

The contract value per annum for each lot is:

The contract value per annum for each lot is:

• Lot 1 PD&T - £1,818,120 giving a contract value of £9,090,600 for the initial 60-month period and £12,726,840 if the full extension period of 24 months is adopted.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £12,726,840

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

two.2.14) Additional information

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months at the discretion of the Commissioner.

two.2) Description

two.2.1) Title

Lot 2 - Planned Non-Emergency Patient Transport Journeys (Planned)

Lot No

2

two.2.2) Additional CPV code(s)

  • 34114122 - Patient-transport vehicles

two.2.3) Place of performance

NUTS codes
  • UKK2 - Dorset and Somerset

two.2.4) Description of the procurement

Three partners of the Somerset Integrated Care System, Somerset Integrated Care Board, Somerset NHS Foundation Trust, and Yeovil District Hospital NHS Foundation Trust are seeking the provision of Non-Emergency Patient Transport Services (NEPTS). This Lot relates to:

Lot 2 - Planned NEPTS Journeys (Planned)

Full details of the Lot including specification, activity, scope and requirements can be found within the procurement documentation. For the avoidance of doubt this procurement does not cover car services.

NHS Somerset will contract and manage the services contained within Lot 2 - Planned.

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months at the discretion of the Commissioner.

The contract value per annum for each lot is:

The contract value per annum for each lot is:

• Lot 2 Planned - £3,240,824 giving a contract value of £16,204,120 for the initial 60-month period and £22,685,768 if the full extension period of 24 months is adopted.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.6) Estimated value

Value excluding VAT: £22,685,768

two.2.7) Duration of the contract or the framework agreement

Duration in months

84

two.2.14) Additional information

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months at the discretion of the Commissioner.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As set out in the Invitation to Tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Date

27 February 2023

Local time

12:00pm

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

English


Section six. Complementary information

six.3) Additional information

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

The services are deemed to be subject to the full regime of current UK procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.

The contracting authority will observe the provisions and 10-day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful.

six.4) Procedures for review

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.