Section one: Contracting authority
one.1) Name and addresses
NHS Lancashire & SouthCumbria Integrated Care Board
Level 3, Christ Church Precinct, County Hall,Fishergate Hill
Preston
PR1 8XB
Country
United Kingdom
Region code
UKD4 - Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.lancashireandsouthcumbria.icb.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS Cheshire and Merseyside Integrated Care Board
No. 1 Lakeside, 920 Centre Park
Warrington
WA1 1QY
Country
United Kingdom
Region code
UKD6 - Cheshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.cheshireandmerseyside.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS Greater Manchester Integrated Care Board
4th Floor, Piccadilly Place
Manchester
M1 3BN
Country
United Kingdom
Region code
UKD3 - Greater Manchester
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://gmintegratedcare.org.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS North East & North Cumbria Integrated Care Board
Goldcrest Way, Newburn Riverside
Newcastle upon Tyne
NE15 8NY
Country
United Kingdom
Region code
UKC2 - Northumberland and Tyne and Wear
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.nenc-northcumbria.icb.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome.
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://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
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
Non-Emergency Patient Transport (NEPTS) for North West England
Reference number
WHISP-145
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
Midlands and Lancashire CSU is working with NHS Lancashire & South Cumbria Integrated Care Board (ICB); NHS Greater Manchester ICB; NHS Cheshire and Merseyside ICB; and NHS North East and North Cumbria ICB who are looking to undertake a procurement for the provision of Non-Emergency Patient Transport Services (NEPTS) to cover Lancashire, Greater Manchester, Cheshire, Merseyside and Cumbria delivering:
- Planned Patient Transport - for routine outpatient appointments
- Unplanned Patient Transport - for discharges / short notice bookings
- Enhanced Priority Service Transport - for time critical transport for patients attending for haemodialysis or oncology treatments
The contract is to be split into 3 LOTs covering the following geographical areas:
LOT 1 - Cheshire and Merseyside
LOT 2 - Greater Manchester
LOT 3 - Lancashire and Cumbria
Bidders are invited to bid for one, two or all of the LOTs available.
The value of the contract is £58,188,291 per annum across all 3 LOTs. A further breakdown of the contract values per LOT is below:
LOT 1: Cheshire and Merseyside - Annual Value: £21,786,724; Total Contract Value: £174,293,792
LOT 2: Greater Manchester - Annual Value: £17,314,806; Total Contract Value: £138,518,448
LOT 3: Lancashire and Cumbria - Annual Value: £19,086,761; Total Contract Value: £152,694,088
TOTAL OF ALL LOTs Annual Value: £58,188,291
TOTAL OF ALL LOTs Total Value: £465,506,328
For this procurement, the Authority may seek clarification on bids that are more than 10% lower or 10% higher than the financial envelope per LOT quoted above. Following clarification, it will reserve the right not to consider Bids that are either above the affordability threshold or unusually low.
The awarded contract(s) will be for an initial 5-year period with the option to extend for a further 3-year period.
two.1.5) Estimated total value
Value excluding VAT: £465,506,328
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
Non-Emergency Patient Transport (NEPTS) for Cheshire & Merseyside
Lot No
1
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
- UKD7 - Merseyside
Main site or place of performance
Cheshire, Warrington, Wirral and Merseyside
two.2.4) Description of the procurement
The Non-Emergency Patient Transport Service (NEPTS) will deliver:
- Planned Patient Transport - for routine outpatient appointments
- Unplanned Patient Transport - for discharges / short notice bookings
- Enhanced Priority Service Transport -for time critical transport for patients attending for haemodialysis or oncology treatments.
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: £174,293,792
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2033
This contract is subject to renewal
Yes
Description of renewals
There will be an initial 5-year contract period with the option to extend for a further 3-year period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Cheshire and Merseyside - Annual Value: £21,786,724
Total Contract Value: £174,293,792
two.2) Description
two.2.1) Title
Non-Emergency Patient Transport (NEPTS) for Greater Manchester
Lot No
2
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester
two.2.4) Description of the procurement
The Non-Emergency Patient Transport Service (NEPTS) will deliver:
- Planned Patient Transport - for routine outpatient appointments
- Unplanned Patient Transport - for discharges / short notice bookings
- Enhanced Priority Service Transport -for time critical transport for patients attending for haemodialysis or oncology treatments.
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: £138,518,448
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2033
This contract is subject to renewal
Yes
Description of renewals
There will be an initial 5-year contract period with the option to extend for a further 3-year period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
LOT 2: Greater Manchester - Annual Value: £17,314,806
Total Contract Value: £138,518,448
two.2) Description
two.2.1) Title
Non-Emergency Patient Transport (NEPTS) for Lancashire & Cumbria
Lot No
3
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
- UKD4 - Lancashire
Main site or place of performance
Lancashire and Cumbria
two.2.4) Description of the procurement
The Non-Emergency Patient Transport Service (NEPTS) will deliver:
- Planned Patient Transport - for routine outpatient appointments
- Unplanned Patient Transport - for discharges / short notice bookings
- Enhanced Priority Service Transport -for time critical transport for patients attending for haemodialysis or oncology treatments.
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: £152,694,088
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2033
This contract is subject to renewal
Yes
Description of renewals
There will be an initial 5-year contract period with the option to extend for a further 3-year period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
LOT 3: Lancashire and Cumbria -Annual Value: £19,086,761
Total Contract Value: £152,694,088
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
12 October 2023
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
Tender must be valid until: 31 March 2025
four.2.7) Conditions for opening of tenders
Date
13 October 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made
Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regime Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made
The Contracting Authority is not voluntarily following any other part of the Regulations.
As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.
Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.
The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.
Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.
In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority.
Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.
Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.
Further details will be made available via documentation and information released during the tender process.
six.4) Procedures for review
six.4.1) Review body
NHS Lancashire & South Cumbria Integrated Care Board
Level 3, Christ Church Precinct, County Hall,Fishergate Hill
Preston
PR1 8XB
Country
United Kingdom