Section one: Contracting authority
one.1) Name and addresses
NHS Midlands and Lancashire CSU on behalf of NHS Shropshire CCG, NHS Telford and Wrekin CCG and Powys Teaching Health Board
Heron House, 120 Grove Road
Stoke on Trent
ST4 4LX
Contact
Hayley Smith
Telephone
+44 07770493216
Country
United Kingdom
NUTS code
UKG23 - Stoke-on-Trent
Internet address(es)
Main address
https://mlcsu.bravosolution.co.uk
one.1) Name and addresses
NHS Shropshire Clinical Commissioning Group
William Farr House, Mytton Oak Road
Shrewsbury
SY3 8XL
Contact
Hayley Smith
Country
United Kingdom
NUTS code
UKG22 - Shropshire CC
Internet address(es)
Main address
one.1) Name and addresses
NHS Telford and Wrekin Clinical Commissioning Group
Halesfield 6, Halesfield
Telford
TF7 4BF
Contact
Hayley Smith
Country
United Kingdom
NUTS code
UKG21 - Telford and Wrekin
Internet address(es)
Main address
one.1) Name and addresses
Powys Teaching Health Board
Glasbury House, Bronllys Hospital, Bronllys
Powys
LD3 0LU
Contact
Hayley Smith
Country
United Kingdom
NUTS code
UKL24 - Powys
Internet address(es)
Main address
http://www.powysthb.wales.nhs.uk/home
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Non-Emergency Patient Transport - NHS Shropshire CCG and NHS Telford & Wrekin CCG
Reference number
STW-20-03
two.1.2) Main CPV code
- 85140000 - Miscellaneous health services
- EA27 - For non-emergency patient
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Shropshire Clinical Commissioning Group, NHS Telford and Wrekin Clinical Commissioning Group and Powys Teaching Health Board jointly wish to invite prospective providers to express their interest for the provision of Non-Emergency Patient Transport Services (NEPTS) for eligible patients within the local healthcare population.
two.1.5) Estimated total value
Value excluding VAT: £33,308,674
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34114122 - Patient-transport vehicles
- 60130000 - Special-purpose road passenger-transport services
- 85100000 - Health services
- 85143000 - Ambulance services
two.2.3) Place of performance
NUTS codes
- UKG21 - Telford and Wrekin
- UKG22 - Shropshire CC
- UKL24 - Powys
Main site or place of performance
Services to be provided across the County of Shropshire and Powys.
two.2.4) Description of the procurement
NHS Shropshire Clinical Commissioning Group, NHS Telford and Wrekin Clinical Commissioning Group and Powys Teaching Health Board jointly wish to invite prospective providers to express their interest for the provision of Non-Emergency Patient Transport Services (NEPTS) for eligible patients within the local healthcare population.
A non-emergency transport service is provided for patients, both adults and children, who have a medical condition which prevents them from using other forms of transport to travel to and from healthcare appointments. It is not for people who require transport for financial or social reasons, or for
those requiring an immediate or emergency response.
The Non-Emergency Patient Transport Service will provide 24/7, 365 days per year transportation services to patients assessed as eligible for the service.
The objectives of the service are to:
— Provide transportation booking facilities e.g. telephone line, email, online system etc which are compliant with the accessible information standard.
— Provide a dedicated local booking team(s) for patients of Shropshire, Telford and Wrekin and Powys.
— Conduct patient eligibility assessments and manage demand on the service in line with commissioned activity levels.
— Determine patient’s mobility and moving and handling requirements to identify the type of vehicle and specialist equipment to be used for transportation/movement.
— Determine patient’s mental health needs for example determine the support a dementia patient would require.
— Provide vehicles and transport suitable for our eligible patients according to the patient medical condition/mobility.
— Provide patient transport management and liaison with the NHS providers to ensure integration and system flow.
— Provide local patient travel advice and sign-posting for patients assessed as not eligible to access the transportation service.
The CCG’s are looking to appoint a service provider or consortium to deliver this service for a period of 5 years with an optional 24 months extension available.
The successful provider will be required to sign the prevailing NHS Standard Contract for the service and accept all terms and conditions.
Please note this contract will service the newly created/merged organisations (previously) NHS Shropshire CCG and NHS Telford and Wrekin CCG, which are due to create a new organisation from 1st April 2021 and Powys Teaching Health Board.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £33,308,674
two.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
Possibility of extending the contract for up to 24 months beyond the initial contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous
situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting
Authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/ECC.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
Midlands and Lancashire CSU are conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.
The contract conditions will be set out in the Invitation to Tender. Further details will be made available via documentation and information released during the course of the tender process.
This exercise will be conducted on the Midlands and Lancashire CSU portal at https://mlcsu.bravosolution.co.uk
(i) Candidates should register on the portal at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge). If your organisation has registered previously, you do not need to reregister;
(ii) Once registered, candidates must submit your reply on the website and by email by the deadline stated. For technical support in submitting your expression of interest contact the Bravo Solution Helpdesk on +448003684850 or E-mail: help@bravosolution.co.uk.
This tender will be conducted in line with the Public Contract Regulations 2015.
As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013 these Regulations also apply to this procurement.
six.4) Procedures for review
six.4.1) Review body
NHS Shropshire Clinical Commissioning Group
William Farr House, Mytton Oak Road
Shrewsbury
SY3 8XL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
NHS Shropshire Clinical Commissioning Group
William Farr House, Mytton Oak Road
Shrewsbury
SY3 8XL
Country
United Kingdom