Tender

Framework Agreement for the Supply of Renal Transport Services

  • NHS Lanarkshire
  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2023/S 000-032128

Procurement identifier (OCID): ocds-h6vhtk-041082

Published 31 October 2023, 12:33pm



The closing date and time has been changed to:

14 December 2023, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Lanarkshire

NHS Lanarkshire Headquarters, Kirklands, Fallside Road

Bothwell

G71 8BB

Email

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

Email

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