Tender

Patient Transport Service

  • Scottish Ambulance Service

F02: Contract notice

Notice identifier: 2022/S 000-009767

Procurement identifier (OCID): ocds-h6vhtk-032cc4

Published 12 April 2022, 3:30pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Ambulance Service

National Headquarters, Gyle Square, South Gyle Crescent

Edinburgh

EH12 9EB

Contact

Alex Little - Deputy Head of Procurement

Email

Alex.little1@nhs.scot

Telephone

+44 01313140090

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scottishambulance.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00393

one.2) Information about 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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Patient Transport Service

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

This is a Framework Agreement for the Provision of Patient Transport Services.

The total number of lots is 3

West of Scotland, East of Scotland and North of Scotland.

From the tenders received, the Authority intends to appoint a maximum of one provider each for lots

Service coverage is required 24 hours a day, 7 days a week, and 365 days a year.

Please refer to the ITT Documents on PCS-Tender for more information.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

two.2) Description

two.2.1) Title

West Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Provision of Service for the West of Scotland region.

two.2.4) Description of the procurement

This Lot covers the transportation of Patients within the West of Scotland area.

The Provider may be required to pick up patients from across the region.

For these journeys, the potential providers will be expected to be available at very short notice and journeys could take place anytime including overnight, weekends, and public holidays.

A maximum of One provider will be appointed to this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social & Environmental / Weighting: 10

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

10

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will be for a period of ten (10) months and with the option to extend for an additional twelve (12) months at the authority’s discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

East Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Provision of service across the East of Scotland

two.2.4) Description of the procurement

This Lot covers the transportation of Patients within the East of Scotland area.

The Provider may be required to pick up patients from across the region.

For these journeys, the potential providers will be expected to be available at very short notice and journeys could take place anytime including overnight, weekends, and public holidays.

A maximum of One provider will be appointed to this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social & Environmental / Weighting: 10

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

10

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will be for a period of ten (10) months and with the option to extend for an additional twelve (12) months at the authority’s discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

North Region

Lot No

3

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Provision of Service for the North of Scotland region.

two.2.4) Description of the procurement

This Lot covers the transportation of Patients within the North of Scotland area.

The Provider may be required to pick up patients from across the region.

For these journeys, the potential providers will be expected to be available at very short notice and journeys could take place anytime including overnight, weekends, and public holidays.

A maximum of One provider will be appointed to this lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Quality criterion - Name: Social & Environmental / Weighting: 10

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

10

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will be for a period of ten (10) months and with the option to extend for an additional twelve (12) months at the authority’s discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

An optional extension of twelve (12) months are available on this Framework.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Interested providers are required to have all necessary registrations, permissions and licences that would enable them to provide this sort of service. Providers are required to conform with all regulations in the UK that are applicable in providing this sort of service.

Please see the ITT documents on PCS-Tender for further information.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

National Health Service Scotland (NHSS) Contract Terms & Conditions for the Purchase of Services shall apply. Please note that the terms and conditions may be subject to amendments or supplemented with other Special Conditions.

See the ITT Documents on PCS-Tender for further information.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

12 May 2022

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

four.2.7) Conditions for opening of tenders

Date

12 May 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Authority shall notify all bidders of its decision to award the framework via PCS-Tender as soon as possible after a decision has been made.

The Authority shall observe a 10 days standstill period before the contract is awarded. Unsuccessful bidders shall be debriefed accordingly.

The Authority will be using PCS eTendering System for this procurement exercise and reserves the right to use a reverse auction.

The tender publication will be via this link (https://www.publictendersscotland.publiccontractsscotland.gov.uk/) and the deadline for the return of all completed Tenders is 12:00 on 12/05/2022.

The conditions of the contract will be based on the Authority's Terms and Conditions.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 43956. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:688566)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom