Tender

Somerset Integrated Care System - Non-Emergency Patient Transport Services, Discharge, Qualified Crew Services (including inter-trust Transfer service) and Mental Health and Secure

  • Somerset Foundation Trust

F02: Contract notice

Notice identifier: 2021/S 000-031295

Procurement identifier (OCID): ocds-h6vhtk-0301b6

Published 15 December 2021, 5:01pm



Section one: Contracting authority

one.1) Name and addresses

Somerset Foundation Trust

Musgrove Park Hospital,

Taunton

TA15DA

Contact

Angela Mortley

Email

angelamortley@nhs.net

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://in-tendhost.co.uk/scwcsu/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/scwcsu/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/scwcsu/aspx/Home

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

Somerset Integrated Care System - Non-Emergency Patient Transport Services, Discharge, Qualified Crew Services (including inter-trust Transfer service) and Mental Health and Secure

Reference number

WA11107

two.1.2) Main CPV code

  • 60100000 - Road transport services
    • EA27 - For non-emergency patient

two.1.3) Type of contract

Services

two.1.4) Short description

Three partners of the Somerset Integrated Care System, Somerset Clinical Commissioning Group, Somerset Foundation Trust and Yeovil District Hospital NHS Foundation Trust are seeking the provision of Non-Emergency Patient Transport Services in the following two categories that are being procured as two Lots within a single process:

Lot 1 -Patient Discharge, (inter-hospital) Transfers and Qualified Crew (DTQ)

Lot 2 - Mental Health & Secure (MH&S)

Note: This service excludes pre-planned and car services.

The County of Somerset covers a large geographical area. It has a dispersed, mainly rural population of approximately 564,000 people, with only one in four of its residents living in one of its three largest towns; Taunton; Yeovil; and Bridgwater.

Somerset has two acute trusts within its borders (Somerset NHS Foundation Trust and Yeovil District Hospital NHS Foundation Trust) as well as 12 community hospitals (run by Somerset Foundation Trust), 64 GP practices a hospice and several care homes. The Somerset population also relies on access to services in a few neighbouring out of county trusts. These journeys, referred to as Zone B journeys, are generally for services which are more specialist in nature.

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

Bidders should be aware that Somerset Clinical Commissioning Group has appointed Somerset Foundation Trust with the responsibility of managing these non-emergency patient transport services. The successful provider will contract directly with Somerset Foundation Trust.

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months.

The contract value per annum for each lot is:

Lot 1 DTQ - £1,851,000 giving a contract value of £9,255,000 for the initial 60-month period

Lot 2 MH&S - £376,000 giving a contract value of £1,880,000 for the initial 60-month period

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: £15,589,000

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

Discharge Transfer and Qualified Crew

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

Somerset

two.2.4) Description of the procurement

Three partners of the Somerset Integrated Care System, Somerset Clinical Commissioning Group, Somerset Foundation Trust and Yeovil District Hospital NHS Foundation Trust are seeking the provision of Non-Emergency Patient Transport Services in the following two categories that are being procured as two Lots within a single process:

Lot 1 -Patient Discharge, (inter-hospital) Transfers and Qualified Crew (DTQ)

Lot 2 - Mental Health & Secure (MH&S)

Note: This service excludes pre-planned and car services.

The County of Somerset covers a large geographical area. It has a dispersed, mainly rural population of approximately 564,000 people, with only one in four of its residents living in one of its three largest towns; Taunton; Yeovil; and Bridgwater.

Somerset has two acute trusts within its borders (Somerset NHS Foundation Trust and Yeovil District Hospital NHS Foundation Trust) as well as 12 community hospitals (run by Somerset Foundation Trust), 64 GP practices a hospice and several care homes. The Somerset population also relies on access to services in a few neighbouring out of county trusts. These journeys, referred to as Zone B journeys, are generally for services which are more specialist in nature.

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

Bidders should be aware that Somerset Clinical Commissioning Group has appointed Somerset Foundation Trust with the responsibility of managing these non-emergency patient transport services. The successful provider will contract directly with Somerset Foundation Trust.

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months.

The contract value per annum for each lot is:

Lot 1 DTQ - £1,851,000 giving a contract value of £9,255,000 for the initial 60-month period

Lot 2 MH&S - £376,000 giving a contract value of £1,880,000 for the initial 60-month period

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

Quality criterion - Name: Most Economically Advantageous Tender / Weighting: 100%

Cost criterion - Name: Most Economically Advantageous Tender / Weighting: 100%

two.2.6) Estimated value

Value excluding VAT: £12,957,000

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

Duration in months

86

This contract is subject to renewal

Yes

Description of renewals

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months at the discretion of the Commissioner.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Extension of up to a further 24 months at discretion of the Commissioner

two.2.14) Additional information

Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

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 intends to 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. Deadlines for lodging appeals

two.2) Description

two.2.1) Title

Mental Health and Secure

Lot No

2

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

Somerset

two.2.4) Description of the procurement

Three partners of the Somerset Integrated Care System, Somerset Clinical Commissioning Group, Somerset Foundation Trust and Yeovil District Hospital NHS Foundation Trust are seeking the provision of Non-Emergency Patient Transport Services in the following two categories that are being procured as two Lots within a single process:

Lot 1 -Patient Discharge, (inter-hospital) Transfers and Qualified Crew (DTQ)

Lot 2 - Mental Health & Secure (MH&S)

Note: This service excludes pre-planned and car services.

The County of Somerset covers a large geographical area. It has a dispersed, mainly rural population of approximately 564,000 people, with only one in four of its residents living in one of its three largest towns; Taunton; Yeovil; and Bridgwater.

Somerset has two acute trusts within its borders (Somerset NHS Foundation Trust and Yeovil District Hospital NHS Foundation Trust) as well as 12 community hospitals (run by Somerset Foundation Trust), 64 GP practices a hospice and several care homes. The Somerset population also relies on access to services in a few neighbouring out of county trusts. These journeys, referred to as Zone B journeys, are generally for services which are more specialist in nature.

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

Bidders should be aware that Somerset Clinical Commissioning Group has appointed Somerset Foundation Trust with the responsibility of managing these non-emergency patient transport services. The successful provider will contract directly with Somerset Foundation Trust.

The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months.

The contract value per annum for each lot is:

Lot 1 DTQ - £1,851,000 giving a contract value of £9,255,000 for the initial 60-month period

Lot 2 MH&S - £376,000 giving a contract value of £1,880,000 for the initial 60-month period

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

Quality criterion - Name: Most Economical Advantageous Tender / Weighting: 100%

Cost criterion - Name: Most Economical Advantageous Tender / Weighting: 100%

two.2.6) Estimated value

Value excluding VAT: £2,632,000

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

Duration in months

86

This contract is subject to renewal

Yes

Description of renewals

An option to extend up to a further 24 months at the discretion of the Commissioner.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

An option to extend up to a further 24 months at the discretion of the Commissioner.

two.2.14) Additional information

Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

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 intends to 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. Deadlines for lodging appeals


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 procurement documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As set out in the procurement documentation.

Minimum level(s) of standards possibly required

As set out in the procurement documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As set out in the procurement documentation.

Minimum level(s) of standards possibly required

As set out in the procurement documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement 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

27 January 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

27 January 2022

Local time

12:01pm

Place

https://in-tendhost.co.uk/scwcsu/aspx/Home


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

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

Somerset Clinical Commissioning Group, Somerset Foundation Trust and Yeovil District Hospital NHS Foundation

Somerset Clinical Commissioning Group, Wynford House, Lufton Way

Yeovil

BA228HR

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 intends to 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. Deadlines for lodging appeals