Section one: Contracting authority
one.1) Name and addresses
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
tenders@lanarkshire.scot.nhs.uk
Telephone
+44 1698858170
Country
United Kingdom
NUTS code
UKM8 - West Central Scotland
Internet address(es)
Main address
http://www.nhslanarkshire.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
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
Taxi Services Framework
Reference number
NHSL89-23
two.1.2) Main CPV code
- 60120000 - Taxi services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to put in place a Framework Agreement for Taxi Services which will cover the movement of staff, patients (herein ‘passengers’) and urgent packages across the Health Board and further afield (“the Service”). A Specification detailing the mandatory requirements of the Board is provided in Appendix 1- Specification.
The framework duration will be three (3) years with an opportunity to review and extend the framework for a further 12 months with an optional 12 months thereafter.
The Framework Agreement will be split into three (3) geographical lots as follows:
Lot 1 – University Hospital Monklands and surrounding area
Lot 2 - University Hospital Wishaw and surrounding area
Lot 3 - University Hospital Hairmyres and surrounding area
It is envisaged that three (3) suppliers will be awarded to each lot on a ranked basis. There is no limit as to the number of lots tenderers can submit a bid for however tenderers must make it clear which lots they are bidding for within the SPD and quality/technical response document.
Call-offs from the Framework Agreement will be made by the Board making a booking request with the applicable supplier and said supplier duly accepting the booking and assigning a driver within the response time required as defined in Appendix 1 – Specification. Framework participants will be contacted in order of rank for the applicable area in which the service is required. In the instance where the 1st ranked framework participant cannot achieve the mandatory timescales, the Board will contact the 2nd ranked in respect of the applicable lot and so on until a job is confirmed for the required journey.
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
University Hospital Monklands and surrounding area
Lot No
1
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
This lot will cover University Hospital Monklands and surrounding area. It is envisaged that 3 suppliers will be awarded to this lot on a ranked basis. Bidders must be permitted to operate within the geographical area which they are bidding for.
Call-offs from the Framework Agreement will be made by the Board making a booking request with the applicable supplier and said supplier duly accepting the booking and assigning a driver within the response time required as defined in Appendix 1 – Specification. Framework participants will be contacted in order of rank for the applicable area in which the service is required. In the instance where the 1st ranked framework participant cannot achieve the mandatory timescales, the Board will contact the 2nd ranked in respect of the applicable lot and so on until a job is confirmed for the required journey.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework duration will be three (3) years with an opportunity to review and extend the framework for a further 12 months with an optional 12 months thereafter. (3+1+1).
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) Description
two.2.1) Title
University Hospital Wishaw and surrounding area
Lot No
2
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
This lot will cover University Hospital Wishaw and surrounding area. It is envisaged that 3 suppliers will be awarded to this lot on a ranked basis. Bidders must be permitted to operate within the geographical area which they are bidding for.
Call-offs from the Framework Agreement will be made by the Board making a booking request with the applicable supplier and said supplier duly accepting the booking and assigning a driver within the response time required as defined in Appendix 1 – Specification. Framework participants will be contacted in order of rank for the applicable area in which the service is required. In the instance where the 1st ranked framework participant cannot achieve the mandatory timescales, the Board will contact the 2nd ranked in respect of the applicable lot and so on until a job is confirmed for the required journey.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework duration will be three (3) years with an opportunity to review and extend the framework for a further 12 months with an optional 12 months thereafter. (3+1+1).
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) Description
two.2.1) Title
University Hospital Hairmyres and surrounding area
Lot No
3
two.2.2) Additional CPV code(s)
- 60120000 - Taxi services
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
This lot will cover University Hospital Hairmyres and surrounding area. It is envisaged that 3 suppliers will be awarded to this lot on a ranked basis. Bidders must be permitted to operate within the geographical area which they are bidding for.
Call-offs from the Framework Agreement will be made by the Board making a booking request with the applicable supplier and said supplier duly accepting the booking and assigning a driver within the response time required as defined in Appendix 1 – Specification. Framework participants will be contacted in order of rank for the applicable area in which the service is required. In the instance where the 1st ranked framework participant cannot achieve the mandatory timescales, the Board will contact the 2nd ranked in respect of the applicable lot and so on until a job is confirmed for the required journey.
two.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework duration will be three (3) years with an opportunity to review and extend the framework for a further 12 months with an optional 12 months thereafter. (3+1+1).
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
Please refer to tender documents
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to tender documents
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
Envisaged maximum number of participants to the framework agreement: 9
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The tender for this framework agreement is a time consuming process requiring significant resource and time from both the Board and potential bidders. Whilst the initial term has been put in place for 3 years, 2 x 12 month extensions will be optional to the framework.
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
Originally published as:
Date
3 July 2023
Local time
12:00pm
Changed to:
Date
3 July 2023
Local time
5:00pm
See the change notice.
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
3 July 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: At the end of the framework term the Board may retender for the service
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=733077.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:733077)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=733077
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Hamilton
Country
United Kingdom