Section one: Contracting authority
one.1) Name and addresses
NHS Somerset Integrated Care Board
Wynford House, Lufton Road,
Yeovil
BA22 8HR
Contact
Angela Mortley
Country
United Kingdom
Region code
UKK2 - Dorset and Somerset
NHS Organisation Data Service
11X
Internet address(es)
Main address
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
Country
United Kingdom
Region 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.