Section one: Contracting authority
one.1) Name and addresses
Somerset Foundation Trust
Musgrove Park Hospital,
Taunton
TA15DA
Contact
Angela Mortley
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
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