Tender

Taxi Services Framework

  • NHS Lanarkshire

F02: Contract notice

Notice identifier: 2023/S 000-015579

Procurement identifier (OCID): ocds-h6vhtk-03d301

Published 1 June 2023, 2:36pm



The closing date and time has been changed to:

3 July 2023, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Lanarkshire

NHS Lanarkshire Headquarters, Kirklands, Fallside Road

Bothwell

G71 8BB

Email

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