- 1. NHS Mid Essex Clinical Commissioning Group
- 2. NHS Basildon and Brentwood Clinical Commissioning Group
- 3. NHS Castle Point and Rochford Clinical Commissioning Group
- 4. NHS Southend Clinical Commissioning Group
- 5. NHS Thurrock Clinical Commissioning Group
- 6. NHS West Essex Clinical Commissioning Group
Section one: Contracting authority
one.1) Name and addresses
NHS Mid Essex Clinical Commissioning Group
Wren House, Colchester Road
Chelmsford
CM2 5PF
Contact
Amy Wilson
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
one.1) Name and addresses
NHS Basildon and Brentwood Clinical Commissioning Group
Phoenix House, Christopher Martin Road
Basildon
SS14 3HG
Contact
Amy Wilson
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
https://basildonandbrentwoodccg.nhs.uk/
one.1) Name and addresses
NHS Castle Point and Rochford Clinical Commissioning Group
Pearl House, 12 Castle Road
Rayleigh
SS6 7QF
Contact
Amy Wilson
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
https://castlepointandrochfordccg.nhs.uk/
one.1) Name and addresses
NHS Southend Clinical Commissioning Group
6th Floor, Civic Centre, Victoria Avenue
Southend-on-Sea
SS1 9SB
Contact
Amy Wilson
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
one.1) Name and addresses
NHS Thurrock Clinical Commissioning Group
Civic Offices 2nd Floor, New Road
Grays
RM17 6SL
Contact
Amy Wilson
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
https://www.thurrockccg.nhs.uk/
one.1) Name and addresses
NHS West Essex Clinical Commissioning Group
Building 4 Spencer Close, The Plain
Epping
CM16 6TN
Contact
Amy Wilson
Country
United Kingdom
NUTS code
UKH35 - West Essex
Internet address(es)
Main address
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://attain.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://attain.bravosolution.co.uk/
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
Mid and South Essex Non-Emergency Patient Transport Services (NEPTS)
Reference number
ACE-0447-2021-ALC
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The mid and south Essex Clinical Commissioning Group's are looking for a capable provider to deliver a single contract for the delivery of Non-Emergency Patient Transport Services (NEPTS) for the population of mid and south Essex, for all land-based provision (across all ages) with the exception of secure mental health transport. In addition, the service will be provided to patients registered with NHS West Essex CCG in relation to journeys to/from the Essex Cardiothoracic Centre.
Further information can be found at sections II.2.4 and VI.3.
two.1.5) Estimated total value
Value excluding VAT: £73,150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
- UKH35 - West Essex
Main site or place of performance
The Service will primarily be delivered within Essex and surrounding areas and for patients registered with NHS West Essex CCG in relation to journeys to/from the Essex Cardiothoracic Centre.
two.2.4) Description of the procurement
The Contracting Authorities (hereinafter referred to as "the Authority") for this procurement are: NHS Mid Essex Clinical Commissioning Group (as Coordinating Commissioner), NHS Basildon & Brentwood Clinical Commissioning Group, NHS Castle Point and Rochford Clinical Commissioning Group, NHS Southend Clinical Commissioning Group, NHS Thurrock Clinical Commissioning Group and NHS West Essex Clinical Commissioning Group.
The Authority is looking for a capable provider to deliver a single contract for the delivery of Non-Emergency Patient Transport Service (NEPTS) for the population of mid and south Essex (MSE), for all land-based provision (across all ages) with the exception of secure mental health transport. In addition, the service will be provided to patients registered with NHS West Essex CCG in relation to journeys to/from the Essex Cardiothoracic Centre.
The NEPTS will encompass:
• Booking & Eligibility Assessment;
• Transportation of patients; and
• On Site support at local NHS Acute Trust sites.
Lotting this service was deemed inappropriate as it would result in unnecessary fragmentation and complexities.
The Service will primarily be delivered within Essex and surrounding areas. Journeys will also be delivered outside of the local area as a consequence of patient choice, where specialist care is required or for repatriation.
During 2019/20, approximately 178,000 journeys were undertaken across the in-scope NEPTS provision. Although there are no current plans in place that will change the expected activity levels for the in-scope provision, the proposed contract model will provide flexibility for any fundamental changes in activity to be adjusted for within the term of the contract.
NEPTS are a key enabler underpinning access to elective care and supporting timely and efficient discharge processes for acute and community providers. As a partner within the system, the NEPTS provider for MSE will support improvements in the latter stages of urgent and emergency care pathways and continue to enable patient choice and equitable access for elective care.
The service provider will be involved with a range of service developments including the consideration of additional low level/low risk journeys from within the 999 contract to the patient transport service (for example 'GP Urgents'). The provider will work with the Commissioners to explore the development of a technological solution to deliver active communication with patients and healthcare professionals.
The Authority wishes to proceed with a one stage procurement to establish a single supplier across mid and south Essex, and NHS West Essex CCG for journeys to/from the Essex Cardiothoracic Centre, with service commencement 1st April 2022.
Further information also provided in section VI.3.
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: £73,150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2027
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to an additional two years after the initial 5 year 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
two.2.14) Additional information
Please see section VI.3
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
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
three.1.2) Economic and financial standing
List and brief description of selection criteria
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See the form of Contract supplied with 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
22 June 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
22 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Attain is conducting this procurement process as agent for and on behalf of the Authority.
To access the procurement documentation, please go to the Bravo website at: https://attain.bravosolution.co.uk and click on 'Register here' and follow the on-screen instructions. You can access the 'itt_66 - Mid and South Essex Non-Emergency Patient Transport Service (NEPTS)' by clicking on the link called 'View current opportunities' on the Home Page. Please note that the tender will not be accepted by any means other than through the Bravo e-Procurement Portal.
The Contract will be for a term of 60 months (five years), with the possibility of extending the term for a period of 24 additional months (two years) beyond the initial contracted duration by agreement between the Authority and the Bidder.
The cumulative aggregate contract value including all extensions, anticipated variations, growth and inflation as advertised in the Find a Tender Service Contract Notice is £73,150,000. Price scoring will be undertaken on Bidders Price for the first five years of the contract only. Commissioners will accept total bids up to £40,800,000 over the full 5 years contract term. This figure acts as a total affordability envelope for this procurement for the purposes of bidding. Any bids received in excess of such affordability envelope will be rejected as non-compliant. In such instances you will be excluded from the procurement process and will not be awarded a contract.
The contract model for the NEPTS is a block, no additional costs above the bid price will be rechargeable to the Authority. Tolerance levels of 5% will be applied to the contract, which will be monitored on a mobility level, with adjustment to the block being considered when activity goes above tolerance levels.
Further information is available within the procurement documents.
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020). As such, the procurement of the Services is being run as a bespoke, single stage application process akin to the Open procedure, involving a number of stages which are outlined within the suite of procurement documents. The Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.
The Authority may wish to introduce additional services during the lifetime of the contract ("Contract modifications"). Such contract modifications will be contemplated where additional requirements are similar and or complementary to the services already included in the Specification, at any given time. Such expansion would be by the addition of services commissioned by the Authority as named in the Contract Notice. To this end, the Bidder should be aware that after the award of contract, there is a possibility that the successful Bidder may be offered a variation to the contract to include (but not be limited to) reduction of activity and removal of funding for Personal Health Budgets and/or an increase in additional low level/low risk journeys where activity may be transferred from the 999 contract to the patient transport service (for example 'GP Urgents' services) in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
NHS Mid Essex Clinical Commissioning Group
Wren House, Colchester Road
Chelmsford
CM2 5PF
Country
United Kingdom