Opportunity

Transportation and related services

  • Oxford University Hospitals NHS Trust

F02: Contract notice

Notice reference: 2023/S 000-014449

Published 22 May 2023, 10:54am



Section one: Contracting authority

one.1) Name and addresses

Oxford University Hospitals NHS Trust

Chief Executive's Office,Level 3, John Radcliffe Hospital, Headley Way, Headington

Oxford

OX3 9DU

Contact

Vidal Charley

Email

Vidal.Charley@ouh.nhs.uk

Country

United Kingdom

NUTS code

UKJ14 - Oxfordshire

Internet address(es)

Main address

https://www.ouh.nhs.uk/

Buyer's address

https://www.ouh.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

Transportation and related services

Reference number

C104603

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.1.4) Short description

The single supplier framework will consolidate all the relevant Contracting Authority’s transportation and related service requirements for a single supplier to integrate and manage.

The competition will result in the award of a single supplier framework for use by all Trusts in the ICS area or the ICB itself for these integrated transport services and the first call-off contract under the Framework, which will be awarded by Oxford University Hospitals Foundation Trust and is expected to be valued at £6M per annum for 7 +3 years.

There is an opportunity to bring all transportation and related activities under a single integrated solution which is focussed on optimising the service.

The successful supplier will act as a prime supplier for all transportation and related services. Their role is to simplify and streamline the whole transportation and related functions through a SaaS platform to integrate and manage the relevant Contracting Authority’s operations.

This is a scalable model that could start with Couriers, Staff Transport and Taxis and then be extended to include Non-Emergency Patient Transport in the next phase

two.1.5) Estimated total value

Value excluding VAT: £400,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)
  • 34110000 - Passenger cars
  • 34121000 - Buses and coaches
  • 34980000 - Transport tickets
  • 60180000 - Hire of goods-transport vehicles with driver
  • 34114122 - Patient-transport vehicles
  • 60170000 - Hire of passenger transport vehicles with driver
  • 48100000 - Industry specific software package
  • 48211000 - Platform interconnectivity software package
  • 72600000 - Computer support and consultancy services
  • 48219300 - Administration software package
  • 50111100 - Vehicle-fleet management services
  • 60100000 - Road transport services
  • 60112000 - Public road transport services
  • 60120000 - Taxi services
  • 60160000 - Mail transport by road
  • 63100000 - Cargo handling and storage services
  • 64121100 - Mail delivery services
  • 66114000 - Financial leasing services
  • 72600000 - Computer support and consultancy services
  • 34110000 - Passenger cars
  • 34121000 - Buses and coaches
  • 34980000 - Transport tickets
  • 72212100 - Industry specific software development services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxford University Hospitals NHS Foundation Trust
Postal address: Unipart House, 1st Floor, Garsington Road, Cowley
Town: Oxford OX4 2PG
NUTS code: UK UNITED KINGDOM
Postal code: OX4 2PG

two.2.4) Description of the procurement

Provision of transportation and related services
The purpose is to procure the services of a single supplier to integrate and manage transportation and related services pursuant to a Competitive Dialogue procedure. The supplier will act as single point of contact for the relevant Contracting Authority.

The supplier will implement and support a transport management software and system for smooth, flexible, transparent transport processes ensuring optimization of all transportation processes in a single central location and consolidate all supply chain partners’ data on one platform for better, faster, data-driven decisions as a ‘prime’ supplier.

The scope of services that is likely to be included under the competitive dialogue process for the appointment of a supplier may include:

• The procurement and management of transport and related services (couriers, taxis, shuttle buses, patient transport, warehousing, removal services and vehicle leasing)
• Transport consultancy services
• IT Transport Services Portal Hosting: System, consulting, software, and support.

Oxford University Hospitals will award the framework agreement and the initial contract. Further Individual contracts may be awarded pursuant to the call-off procedure where Contracting Authorities will contract directly with the supplier; but economies of scale may be sought across the whole Framework.

The list of public sector organisations who will have access to the contract are:
— all National Health Service (NHS) bodies within the BOB ICS
Organisations as detailed at:

https://www.bucksoxonberksw.icb.nhs.uk
https://www.ouh.nhs.uk/
https://www.oxfordhealth.nhs.uk/
https://www.berkshirehealthcare.nhs.uk/
https://www.buckshealthcare.nhs.uk/

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: £400,000,000

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

Start date

1 April 2024

End date

31 March 2034

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Objective criteria for choosing the limited number of candidates: The Trust reserves the right to gradually reduce the number of solutions to be discussed or tenders to be dialogued during the process

two.2.10) Information about variants

Variants will be accepted: Yes

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

Suppliers must use the project reference C104603 in all correspondence. Suppliers must follow the instructions fully. Suppliers are responsible for their own tender costs. The Authority will not be responsible for any such costs, or any costs if the procurement is abandoned and/or the contract is not awarded. The Framework Agreement duration will be 48 months. The Authority does not bind itself to accept the lowest offer or any offer either in part, each item for this purpose being treated as separately.

The Authority will not accept completed SQs after the stated closing date.

All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

The Authority reserves the right to award the contract in whole, in part for different lots, or annul the tendering process and not award any contract.

All documents to be priced [where applicable] in sterling and all payments made in sterling.
In relation to Section II.1.9 above - variants will be accepted to the extent permitted in the ITPD (if at all).

The tendering process may be undertaken in part via electronic means.

Any specifications and additional documents will only be issued to the bidders selected at SQ Stage.

Expressions of interest which are submitted without the information requested may not be considered. The Authority reserves the right not to proceed with the process at any stage of the procurement process and shall not be responsible for any abortive bid costs incurred.


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

Deposits and guarantees may be required as set out in the Invitation to Participate in Dialogue (ITPD) documents. The Contracting Authority reserves the right to request parent company and/or other guarantees of financial liability

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

Competitive dialogue

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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The procurement involves the setting up of a framework that might also be used by the identified Contracting Authorities. The first call-off contract is expected to be for a term of 7+3 years.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-029657

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

Date

19 June 2023

Local time

5:00pm

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Suppliers must use the project reference C104603 in all correspondence. Suppliers must follow the instructions fully. Suppliers are responsible for their own tender costs. The Authority will not be responsible for any such costs, or any costs if the procurement is abandoned and/or the contract is not awarded. The Framework Agreement duration will be 48 months. The Authority does not bind itself to accept the lowest offer or any offer either in part, each item for this purpose being treated as separately.

The Authority will not accept completed SQs after the stated closing date.

All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

The Authority reserves the right to award the contract in whole, in part for different lots, or annul the tendering process and not award any contract.

All documents to be priced [where applicable] in sterling and all payments made in sterling.
In relation to Section II.1.9 above - variants will be accepted to the extent permitted in the ITPD (if at all).

The tendering process may be undertaken in part via electronic means.

Any specifications and additional documents will only be issued to the bidders selected at SQ Stage.

Expressions of interest which are submitted without the information requested may not be considered. The Authority reserves the right not to proceed with the process at any stage of the procurement process and shall not be responsible for any abortive bid costs incurred.

six.4) Procedures for review

six.4.1) Review body

Oxford University Hospitals NHS Trust

Chief Executive's Office,Level 3, John Radcliffe Hospital, Headley Way, Headington

Oxford

OX3 9DU

Country

United Kingdom

Internet address

https://www.ouh.nhs.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and concluding the Framework Agreement Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly in accordance with the Public Contracts Regulations 2015.