Section one: Contracting authority
one.1) Name and addresses
NHS Buckinghamshire Oxfordshire & Berkshire West Integrated Care Board
Executive Offices Amersham Hospital, Whielden Street
Amersham
HP7 OJD
Contact
Lisa Chivers
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshireccg.nhs.uk/
Buyer's address
https://www.buckinghamshireccg.nhs.uk/
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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
Buckinghamshire, Oxfordshire, and Berkshire West ICB and NHS Frimley ICB Non-Emergency Patient Transport Service
Reference number
C246132
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Buckinghamshire, Oxfordshire, and Berkshire West
Integrated Care Board and NHS Frimley Integrated Care Board are seeking to secure a Prime Provider who has the capability and capacity to deliver Non-Emergency Patient Transport Services in line with the specified requirements from 1 April 2025.
The aim of this service is to provide transport for eligible patients within Buckinghamshire, Oxfordshire, Berkshire West, and Frimley with a medical need, between their places of residence, primary, community, social care and acute settings transporting patients in safe, timely, comfortable, and clinically appropriate transport without detriment to their medical condition.
The contract period offered will be for a period of 5 years commencing 1st April 2025. The Commissioners at their sole discretion, will have an option to extend for a further 5 years (5+5). A standard NHS contract will be used for this service.
Buckinghamshire, Oxfordshire, and Berkshire West Integrated Care Board is the Lead Commissioner and Frimley Integrated Care Board is an Associate Commissioner to these Services.
The annual financial envelope is £22,601,647 per year, and a total financial envelope of £226,016,470 over the maximum 10-year duration.
The deadline for receipt of tenders is 12 Noon 02 April 2024.
TUPE is likely to apply, and TUPE information is available on request.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
two.1.5) Estimated total value
Value excluding VAT: £226,016,470
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
two.2.4) Description of the procurement
NHS Buckinghamshire, Oxfordshire, and Berkshire West
Integrated Care Board and NHS Frimley Integrated Care Board are seeking to secure a Prime Provider who has the capability and capacity to deliver Non-Emergency Patient Transport Services in line with the specified requirements from 1 April 2025.
The aim of this service is to provide transport for eligible patients within Buckinghamshire, Oxfordshire, Berkshire West, and Frimley with a medical need, between their places of residence, primary, community, social care and acute settings transporting patients in safe, timely, comfortable, and clinically appropriate transport without detriment to their medical condition.
The contract period offered will be for a period of 5 years commencing 1st April 2025. The Commissioners at their sole discretion, will have an option to extend for a further 5 years (5+5). A standard NHS contract will be used for this service.
Buckinghamshire, Oxfordshire, and Berkshire West Integrated Care Board is the Lead Commissioner and Frimley Integrated Care Board is an Associate Commissioner to these Services.
Buckinghamshire, Oxfordshire, and Berkshire West Integrated Care Board is conducting this procurement in accordance with Regulation 11 The Competitive Process of the Health Care Services (Provider Selection Regime) Regulations 2023 (PSR Regulations)
The annual financial envelope is £22,601,647 per year, and a total financial envelope of £226,016,470 over the maximum 10-year duration.
The deadline for receipt of tenders is 12 Noon 02 April 2024.
TUPE is likely to apply, and TUPE information is available on request.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome Project Reference: C246132.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
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: £226,016,470
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2035
This contract is subject to renewal
No
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 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
2 April 2024
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
Tender must be valid until: 2 April 2024
four.2.7) Conditions for opening of tenders
Date
2 April 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The award criteria and weightings for this procurement is:
Quality & Innovation 40%
Value 10%
Integration, Collaboration and Service Sustainability 22%
Improving access, reducing health inequalities, and facilitating choice 18%
Social Value 10%
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. The project reference is C246132.
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.
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
NHS South, Central and West Commissioning Support Unit (hosted by NHS England)
Omega House, 112 Southampton Road
Eastleigh
SO50 5PB
Country
United Kingdom