Tender

Haemodialysis Transport Service to NHS Bristol, North Somerset and South Gloucestershire Integrated Care Board

  • NHS, Bristol, North Somerset and South Gloucestershire Integrated Care Board

F02: Contract notice

Notice identifier: 2023/S 000-027611

Procurement identifier (OCID): ocds-h6vhtk-0401e9

Published 19 September 2023, 12:10pm



Section one: Contracting authority

one.1) Name and addresses

NHS, Bristol, North Somerset and South Gloucestershire Integrated Care Board

360 Bristol - Three Six Zero, Marlborough Street

BRISTOL

BS13NX

Contact

Michael Pingstone

Email

Michael.pingstone@nhs.net

Country

United Kingdom

Region code

UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area

NHS Organisation Data Service

15C

Internet address(es)

Main address

https://bnssg.icb.nhs.uk/contact-us

Buyer's address

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

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

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

Haemodialysis Transport Service to NHS Bristol, North Somerset and South Gloucestershire Integrated Care Board

Reference number

WA13336

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Bristol, North Somerset, South Gloucestershire Integrated Care Board (ICB) is seeking the provision of a Haemodialysis Transport Service ('the Service').

The purpose of the Haemodialysis Transport Service is to ensure that there is an equitable and accessible transport service to all eligible patients based on their medical need. The Service transports BNSSG patients to/from in-centre haemodialysis treatment only, and this will generally be between their places of residence and haemodialysis units. Full details for the requirement, including specification, activity, scope and requirements can be found within the procurement documentation.

The duration of the agreement will be for a period of 5 years, with an option to extend up to a further 2 years at the discretion of the commissioner. The maximum contracted value of the requirement will be £796,138pa, giving a contract value of £3,980,690 for the initial 5-year period and £5,572,966 if the full extension period of 2 Year is adopted.

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

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

two.1.5) Estimated total value

Value excluding VAT: £5,572,966

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 60130000 - Special-purpose road passenger-transport services
  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK11 - Bristol, City of

two.2.4) Description of the procurement

NHS Bristol, North Somerset, South Gloucestershire Integrated Care Board (ICB) is seeking the provision of a Haemodialysis Transport Service ('the Service').

The purpose of the Haemodialysis Transport Service is to ensure that there is an equitable and accessible transport service to all eligible patients based on their medical need. The Service transports BNSSG patients to/from in-centre haemodialysis treatment only, and this will generally be between their places of residence and haemodialysis units.

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

The duration of the agreement will be for a period of 5 years, with an option to extend up to a further 2 years at the discretion of the commissioner. The maximum contracted value of the requirement will be £796,138pa, giving a contract value of £3,980,690 for the initial 5-year period and £5,572,966 if the full extension period of 2 Year is adopted.

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

84

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

As set out in the Invitation to Tender documentation.


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 set out in the Invitation to 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

19 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

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

four.2.7) Conditions for opening of tenders

Date

19 October 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.

Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.

If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.

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 South Central and West CSU

Bristol

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.