Section one: Contracting authority
one.1) Name and addresses
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
tenders@lanarkshire.scot.nhs.uk
Telephone
+44 7976930578
Country
United Kingdom
NUTS code
UKM8 - West Central Scotland
Internet address(es)
Main address
http://www.nhslanarkshire.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297
one.1) Name and addresses
NHS Greater Glasgow and Clyde
Procurement Department, Glasgow Royal Infirmary, 84 Castle Street
Glasgow
G4 0SF
ggc.supplierenquiries@ggc.scot.nhs.uk
Telephone
+44 1412015388
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.nhsggc.scot/about-us/procurement/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
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
Framework Agreement for the Supply of Renal Transport Services
Reference number
NHSL442-23
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to procure the Supply of Renal Transport Services to transport passengers receiving renal dialysis treatment to the central Renal Unit located within University Hospital Monklands (“the Service”). A Specification detailing the mandatory requirements of the Board is provided in Appendix 1- Specification.
The overall objective of the framework is to provide the Board with a service to transport patients receiving renal dialysis in a timely, efficient and economic manner. Availability, punctuality and reliability of the services are essential to this contract as are issues concerning continuity of care and treatment of patients.
two.1.5) Estimated total value
Value excluding VAT: £1,570,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
two.2.4) Description of the procurement
NHS Lanarkshire Health Board, a statutory body constituted pursuant to the National Health Service (Scotland) Act 1978 (“the Board”), wishes to procure the Supply of Renal Transport Services to transport passengers receiving renal dialysis treatment to the central Renal Unit located within University Hospital Monklands (“the Service”). A Specification detailing the mandatory requirements of the Board is provided in Appendix 1- Specification.
The overall objective of the framework is to provide the Board with a service to transport patients receiving renal dialysis in a timely, efficient and economic manner. Availability, punctuality and reliability of the services are essential to this contract as are issues concerning continuity of care and treatment of patients.
The framework duration will be three (3) years with an opportunity to review and extend the framework for a further one (1) year with an optional one (1) year thereafter. (3+1+1). The estimated value of this framework if extended to its full potential (3+1+1) will be GBP1.57m.
The framework will be awarded to a sole supplier who will be required to deliver all elements of the service required as stated in Appendix 1.
The framework will be governed by NHS Lanarkshire’s Framework Terms and Conditions for Goods & Services which have been uploaded to Public Contracts Scotland with the tender documentation.
Call-offs from the framework will be governed by NHS Lanarkshire’s standard Terms and Conditions for the Provision of Services, which have been uploaded to Public Contracts Scotland with the tender documentation.
NHS Greater Glasgow & Clyde will be named as a party to this framework. If NHS Greater Glasgow & Clyde wish to utilise this framework, call-offs will be governed by NHS Greater Glasgow & Clyde Conditions for the Provision of Services
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an opportunity for the Board to review and extend the framework for a further one (1) year with an optional one (1) year thereafter.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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
Please refer to SPD
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
If all extension options are exercised, the framework may be for 5 years in total. This is due to the complexity of procuring for this service. The framework will be reviewed after the initial 3 year term and may not be extended if not deemed suitable
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
30 November 2023
Local time
5:00pm
Changed to:
Date
14 December 2023
Local time
5:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 November 2023
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The Board may choose to procure another framework or contract for the provision of these services after the initial term or subsequent extensions.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=748961.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:748961)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=748961
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Hamilton
Country
United Kingdom