Tender

Non-Emergency Patient Transport (NEPTS) for North West England

  • NHS Lancashire & SouthCumbria Integrated Care Board
  • NHS Cheshire and Merseyside Integrated Care Board
  • NHS Greater Manchester Integrated Care Board
  • NHS North East & North Cumbria Integrated Care Board

F02: Contract notice

Notice identifier: 2023/S 000-025810

Procurement identifier (OCID): ocds-h6vhtk-03f8ff

Published 1 September 2023, 1:29pm



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

Email

mlcsu.tendersnorth@nhs.net

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

Email

mlcsu.tendersnorth@nhs.net

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

Email

mlcsu.tendersnorth@nhs.net

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

Email

mlcsu.tendersnorth@nhs.net

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

Internet address

https://www.lancashireandsouthcumbria.icb.nhs.uk/