Tender

Dorset Integrated Care Board - Non-Emergency Patient Transport Services

  • NHS Dorset Integrated Care Board

F02: Contract notice

Notice identifier: 2022/S 000-021774

Procurement identifier (OCID): ocds-h6vhtk-0359f5

Published 8 August 2022, 4:11pm



Section one: Contracting authority

one.1) Name and addresses

NHS Dorset Integrated Care Board

Vespasian House, Barrack Road

Dorchester

DT1 1TG

Contact

Angela Mortley

Email

angelamortley@nhs.net

Telephone

+44 7990551036

Country

United Kingdom

Region code

UKK25 - Dorset

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://nhsdorset.nhs.uk/

Buyer's address

https://health-family.force.com/s/Welcome

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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 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

Dorset Integrated Care Board - Non-Emergency Patient Transport Services

Reference number

WA13069

two.1.2) Main CPV code

  • 85140000 - Miscellaneous health services
    • EA27 - For non-emergency patient

two.1.3) Type of contract

Services

two.1.4) Short description

Dorset Integrated Care Board (Dorset ICB) are seeking the provision of Non-Emergency Patient Transport Services in the following three categories which will be procured as three separate Lots within a single process.

Lot 1 Planned Non-Emergency Patient Transport Service

Lot 2 PTAC (Patient Transport Advice Centre)

Lot 3 Unplanned Non-Emergency Patient Transport Service

The NEPT Service promotes access to healthcare provision through an NHS funded transport service for those patients registered with a GP in NHS Dorset meeting the eligibility criteria as set down by NHS England and the Department of Health and Social Care (DHSC). Including vulnerable people by reason of mental health or learning disability, children, and eligible escorts.

The role of the PTAC Provider is to liaise with patients/carers and subject to eligibility criteria book transport for qualifying patients.

Full details for each of the Lots including specification, activity, scope and requirements can be found within the procurement documentation.

Each of the Lots will be contracted for an initial term of 5 years at a combined total of £34,600,179, with an option to extend any period up to a further 3 years giving a combined total of circa £58,795,624 as defined at the sole discretion of the Commissioner. Services are scheduled to commence on 1st July 2023.

The annualised contract values for each lot are:

Lot 1 Planned Non-Emergency Patient Transport Service -£5,032,779

Lot 2 PTAC (Patient Transport Advice Centre) - £146,419

Lot 3 Unplanned Non-Emergency Patient Transport Service - £1,574,851

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.5) Estimated total value

Value excluding VAT: £58,795,624

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The Commissioner has made the decision that Lots 1 - Planned NEPTS and Lot 2 - PTAC cannot be awarded to the same Bidder.

That is to say should a bidder be the highest scoring Bidder for both Lot 1- Planned NEPTS and LOT 2 - PTAC, they will be not be awarded both Contracts. In this circumstance, the Commissioner will seek to award Lot 2 - PTAC to the second highest scoring Bidder on Lot 2 - PTAC.

If a Bidder is the highest scoring bidder for Lots 2 - PTAC and Lot 3 - Unplanned NEPTS they may be awarded both contracts.

If a Single Bidder has submitted bids for all Lots and are the highest scoring Bidder on all Lots they may be awarded Lots 1 - Planned NEPTS and Lot 3 - Unplanned NEPTS. The Commissioner will seek to award Lot 2 - PTAC to the second highest scoring Bidder on Lot 2 - PTAC.

two.2) Description

two.2.1) Title

34114122 - Patient Transport Vehicles

Lot No

1

two.2.2) Additional CPV code(s)

  • 34114122 - Patient-transport vehicles

two.2.3) Place of performance

NUTS codes
  • UKK25 - Dorset
Main site or place of performance

Dorset

two.2.4) Description of the procurement

Planned Non-Emergency Patient Transport Service

Dorset Integrated Care Board (Dorset ICB) are seeking the provision of Non-Emergency Patient Transport Services in the following three categories which will be procured as three separate Lots within a single process. This lot will cover Planned Non-Emergency Patient Transport Service.

The NEPT Service promotes access to healthcare provision through an NHS funded transport service for those patients registered with a GP in NHS Dorset meeting the eligibility criteria as set down by NHS England and the Department of Health and Social Care (DHSC). Including vulnerable people by reason of mental health or learning disability, children, and eligible escorts.

Full details for each of the Lots including specification, activity, scope and requirements can be found within the procurement documentation.

This Lot will be contracted for an initial term of 5 year, with an option to extend any period up to a further 3 years as defined at the sole discretion of the Commissioner. Services are scheduled to commence on 1st July 2023.

The annualised contract values for this lot is:

Lot 1 Planned Non-Emergency Patient Transport Service -£5,032,779

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £5,032,779

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

Duration in months

96

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The services are deemed to be subject to the full regime of current UK procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.

The contracting authority will observe the provisions and 10-day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful.

two.2) Description

two.2.1) Title

79512000 - Call Centre

Lot No

2

two.2.2) Additional CPV code(s)

  • 79512000 - Call centre
    • EA27 - For non-emergency patient

two.2.3) Place of performance

NUTS codes
  • UKK25 - Dorset
Main site or place of performance

Dorset

two.2.4) Description of the procurement

PTAC (Patient Transport Advice Centre)

Dorset Integrated Care Board (Dorset ICB) are seeking the provision of Non-Emergency Patient Transport Services in the following three categories which will be procured as three separate Lots within a single process. This lot will cover The Patient Transport Advice Centre Service.

The NEPT Service promotes access to healthcare provision through an NHS funded transport service for those patients registered with a GP in NHS Dorset meeting the eligibility criteria as set down by NHS England and the Department of Health and Social Care (DHSC). Including vulnerable people by reason of mental health or learning disability, children, and eligible escorts.

The role of the PTAC Provider is to liaise with patients/carers and subject to eligibility criteria book transport for qualifying patients.

Full details for each of the Lots including specification, activity, scope and requirements can be found within the procurement documentation.

This Lot will be contracted for an initial term of 5 year, with an option to extend any period up to a further 3 years as defined at the sole discretion of the Commissioner. Services are scheduled to commence on 1st July 2023.

The annualised contract values for this lot is:

Lot 2 PTAC (Patient Transport Advice Centre) - £146,419

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £1,171,352

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

Duration in months

96

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The services are deemed to be subject to the full regime of current UK procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.

The contracting authority will observe the provisions and 10-day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful.

two.2) Description

two.2.1) Title

Unplanned Non-Emergency Patient Transport Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 34114122 - Patient-transport vehicles

two.2.3) Place of performance

NUTS codes
  • UKK25 - Dorset
Main site or place of performance

Dorset

two.2.4) Description of the procurement

Unplanned Non-Emergency Patient Transport Service

Dorset Integrated Care Board (Dorset ICB) are seeking the provision of Non-Emergency Patient Transport Services in the following three categories which will be procured as three separate Lots within a single process. This lot will cover Unplanned Non-Emergency Patient Transport Service that will be booked by Hospital Trusts. This tends to be more reactive on the day activity.

The NEPT Service promotes access to healthcare provision through an NHS funded transport service for those patients registered with a GP in NHS Dorset meeting the eligibility criteria as set down by NHS England and the Department of Health and Social Care (DHSC). Including vulnerable people by reason of mental health or learning disability, children, and eligible escorts.

This Lot will be contracted for an initial term of 5 year, with an option to extend any period up to a further 3 years as defined at the sole discretion of the Commissioner. Services are scheduled to commence on 1st July 2023.

The annualised contract values for this lot is:

Lot 3 Unplanned Non-Emergency Patient Transport Service - £1,574,851

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £12,598,808

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

Duration in months

96

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The services are deemed to be subject to the full regime of current UK procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.

The contracting authority will observe the provisions and 10-day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful.


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 per Tender Documentation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per Tender Documentation

Minimum level(s) of standards possibly required

As per Tender Documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per Tender Documentation

Minimum level(s) of standards possibly required

As per Tender Documentation

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per Tender Documentation


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

15 September 2022

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 September 2022

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

The services are deemed to be subject to the full regime of current UK procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.

The contracting authority will observe the provisions and 10-day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful.

six.4) Procedures for review

six.4.1) Review body

NHS Dorset ICB, 11J

Vespasian House, Barrack Road

Dorchester

DT1 1TG

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.