Section one: Contracting authority
one.1) Name and addresses
Wakefield Council
Wakefield One, Burton street
Wakefield
WF1 2EB
Contact
Paul Greenwood
Telephone
+44 1924306974
Country
United Kingdom
NUTS code
UKE45 - Wakefield
National registration number
171 3131 04
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104123
one.1) Name and addresses
The Mid Yorkshire Hospitals NHS Trust
Sterile Services Building, Pinderfields Hospital, Aberford Road
Wakefield
WF1 4DG
Contact
Paul Greenwood
Country
United Kingdom
NUTS code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104123
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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=50615&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=50615&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement For Transport Services (1)
Reference number
Transport Services
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
Wakefield Council, in collaboration with The Mid Yorkshire Hospitals NHS Trust is seeking to establish an Agreement for the provision of Transport Services.
The Contract for Wakefield Council is for the provision of transportation for older people, adults with physical and learning difficulties, children with special educational needs and children in care of the Council, in order that they can access day care, social care or education and any other requests deemed necessary by the Council. The contract may also be used to transport light goods.
The Contract for The Mid Yorkshire Hospitals NHS Trust is for the provision to provide a car hire service for the conveyance of staff, patients and light goods for both routine and ad hoc requirements. Full details of the Services for both Contracting Authorities are available in the specifications contained within the Tender Documents
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Only tenderers that are appointed the Wakefield Council Lot of the Agreement will be considered for the Mid Yorkshire Hospitals NHS Trust Lot
two.2) Description
two.2.1) Title
Wakefield Council and The Mid Yorkshire Hospitals NHS Trust
Lot No
1
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 60112000 - Public road transport services
- 60120000 - Taxi services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
- 60170000 - Hire of passenger transport vehicles with driver
- 60180000 - Hire of goods-transport vehicles with driver
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
Main site or place of performance
The service is required mainly within the Wakefield District boundary, but at times may extend beyond.
two.2.4) Description of the procurement
Wakefield Council are looking to appoint a number of providers to a framework arrangement to provide Transport Services for Wakefield council and Mid Yorks Hospital. The term of the contract will be for an initial period of two years with the option to extend for a further two twelve month periods.Transport Framework
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: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended for a further period of 24 months at the sole discretion of Wakefield Council
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
See ITT Part 2 Schedule 5 - Contract Structure
two.2) Description
two.2.1) Title
The Mid Yorkshire Hospitals NHS Trust
Lot No
2
two.2.2) Additional CPV code(s)
- 60112000 - Public road transport services
- 60000000 - Transport services (excl. Waste transport)
- 60120000 - Taxi services
- 60130000 - Special-purpose road passenger-transport services
- 60140000 - Non-scheduled passenger transport
- 60170000 - Hire of passenger transport vehicles with driver
- 60180000 - Hire of goods-transport vehicles with driver
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
Main site or place of performance
The service is required mainly within the Wakefield District boundary, but at times may extend beyond.
two.2.4) Description of the procurement
The Contract is to provide a car hire service for the conveyance of staff, patients and light goods for both routine and ad hoc requirements.
Staff
The conveyance of duty personnel, including maintenance, laboratory, and medical and nursing staff to or fromeither their place of residence to any of the Trusts Hospital sites within The Mid Yorkshire Hospitals NHS Trustor to another as and when required. This will include travel both within and outside the District Boundary. TheTrusts sites are within Wakefield, Pontefract and Dewsbury Districts.
Patients
The conveyance of patients to or from The Trusts Hospital Sites to their place of residence, or from one Hospitalsite to another as and when required. This will include travel both within and outside the District boundary.The Contract shall be for the requirement to transfer a broad range of patients from paediatric to the elderly.
This may include wheelchair users. Please note that under 18’s will always be accompanied by an adult. The Contract may require the movement of patients who have minor wounds, nausea or vomiting..
Light Goods
The conveyance of light goods from one Hospital site to another both on a routine basis and as and when required. Light goods will include documents and pharmaceutical products and medical/pathological specimens which have a limited life and must be conveyed in special containers. This will include travel both within andoutside the District Boundary.
This Lot will be awarded to (up to) 3 tenderers in the following sub lots
Lot 2a – Pontefract
Lot 2b – Pinderfield
Lot 2c – Dewsbury
Bidders are advised that they can bid for an individual Lot, a combination of Lots or all Lots and The Mid Yorkshire NHS Hospitals Trust can award a Tenderer an individual lot, a combination of lots or all of the Lots they bid for.
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended for a further period of 24 months at the sole discretion ofThe Mid Yorkshire Hospitals NHS Trus
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
As detailed in the tender documentation, full unrestricted access
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
As detailed in the tender documentation, full unrestricted access
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: 30
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
5 September 2022
Local time
1:00pm
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
Tender must be valid until: 5 March 2023
four.2.7) Conditions for opening of tenders
Date
5 September 2022
Local time
1:00pm
Information about authorised persons and opening procedure
Legal, Internal Audit and Council Members may be present at the opening. Where external agencies contribute to the funding; representatives may attend to make note of the tenders and receive a copy of the subsequent written report on the tenders received. Such persons must agree to observe commercial confidentiality and be bound by the requirements of the Local Government Act 1972 as amended.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The tender documents are available from the YORtender website https://yortender.eu-supply.com with reference 56805. For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the YORtender helpdesk on 0800 840 2050 or uksupport@eu-supply.com
six.4) Procedures for review
six.4.1) Review body
The Council of the City of Wakefield
Corporate Procurement Team Wakefield One Burton Street
Wakefield
WF1 2EB
Telephone
+44 1924306781
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
The Council of the City of Wakefield
Corporate Procurement Team Wakefield One Burton Street
Wakefield
WF1 2EB
Telephone
+44 1924306781
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
six.4.4) Service from which information about the review procedure may be obtained
The Council of the City of Wakefield
Corporate Procurement Team Wakefield One Burton Street
Wakefield
WF1 2EB
Telephone
+44 1924306781
Country
United Kingdom