Tender

Provision of Non-Ambulatory Patient Transport

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2024/S 000-039807

Procurement identifier (OCID): ocds-h6vhtk-04c621

Published 10 December 2024, 4:33pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

jordan.smith2@nhs.scot

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 is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.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

Provision of Non-Ambulatory Patient Transport

Reference number

GGC0948

two.1.2) Main CPV code

  • 85143000 - Ambulance services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Greater Glasgow & Clyde (NHS GGC) and NHS Lanarkshire (NHSL) require suitably qualified and experienced licensed contractors to undertake Non-Ambulatory Patient Transport services in order to procure a single high quality solution covering both Boards.

NHS GGC will act as the procurement lead for this procurement exercise; and NHSL will be a named organisation with access to the framework terms for their own service delivery requirements.

two.1.5) Estimated total value

Value excluding VAT: £8,500,000

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
  • 60140000 - Non-scheduled passenger transport

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

NHS GGC Clyde Sector

NHS GGC North Sector

NHS GGC South Sector

NHS Lanarkshire

two.2.4) Description of the procurement

Although most of patient transport in this context is provisioned via the Scottish Ambulance Service, there are occasions where capacity is maximised and it is against this backdrop that the Health Board requires additional patient transport. The transport required is e.g.

Non-ambulatory patients who require to be conveyed on a stretcher

Non-ambulatory patients who require to be conveyed on a trolley/stretcher, chair or stair climbers.

Some patients can be ambulant but require assistance walking to and from their homes and hospital/treatment centres.

This can be for situations where:

A patient is receiving palliative care and needs to be transferred home or to a care home

A patient requires to be transferred from an acute hospital to another hospital.

A patient requires a transfer from an acute hospital in Greater Glasgow & Clyde and Lanarkshire to another acute hospital out with Greater Glasgow & Clyde and Lanarkshire and then potentially returned

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 50

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extension options

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

All bidders must complete the Single Procurement Document (SPD) via the Public Contracts Scotland - Tender (PCS-T) portal. Bidders must read the SPD in conjunction with all of the sections set out below. Failure to provide information will exclude bidders from participation in the tender stage.

With reference to SPD Question 4A.2a, bidders must confirm that they are a registered member of the National Association of Private Ambulance Services (NAPAS) or the Independent Ambulance Association (IAA), or an equivalent body.

three.1.2) Economic and financial standing

List and brief description of selection criteria

With reference to SPD question 4B.6, NHS Greater Glasgow and Clyde retains the right to conduct a credit check on participants within this tendering opportunity at any point from publication to contract-end. Please declare any information which may be relevant to any such financial checks, which is known to your organisation at the time of tender submission.

Minimum level(s) of standards possibly required

With reference to SPD question 4B.5.1b, EO's must hold and evidence Employer’s (Compulsory) Liability Insurance = GBP 5m. If EO's do not currently have this level of insurance, they must agree to put it in place prior to contract commencement. This is a pass/fail question. In failing, EO's will be excluded from participation in the tender stage.

With reference to SPD question 4B.5.2, EO's must hold and evidence Public Liability Insurance = GBP 10m; and Professional Indemnity Insurance = GBP 1m. If EO's do not currently have this level of insurance, they must agree to put it in place prior to contract commencement. This is a pass/fail question. In failing, EO's will be excluded from participation in the tender stage.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C1.2 bidders are required to provide examples that demonstrate they have the relevant experience to deliver the services. Examples must be from within the last three (3) years. Bidders must provide details of three (3) instances of the organisation’s experience in delivering services similar to those described. If applicable, the Board would prefer these similar services to be related to a contract undertaken by the consortium or the leading company and their sub-contractor(s). Use the template uploaded with this Contract Notice only to respond. If you do not provide three (3) examples of experience or references, this will be a non-compliant request to participate and your tender will be excluded from the tender stage.

With reference to SPD question 4C.8.1, bidders are required to confirm their average annual manpower for the last three years.

With reference to SPD question 4C.9, bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in the Specification.

Minimum level(s) of standards possibly required

With reference to SPD question 4D.1 Tenderers must evidence or commit to obtain ISO9001 or other documented quality management system endorsed by the organisation’s Chief Executive or equivalent.

With reference to SPD question 4D.1 EO’s must hold and evidence or commit to obtain, within 6 months of the contract start date, a whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link:

https://inwo.spso.org.uk/national-whistleblowing-%20standards

With reference to SPD question 4D.2 EO’s must evidence or commit to obtain ISO14001 or other documented quality management system endorsed by the organisation’s Chief Executive or equivalent.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

With reference to SPD 4A.1a, bidders must confirm they have the relevant licenses to perform the services set out in the Specification.

With reference to SPD 4C.6, the requirements that staff must meet are:

Emergency Care Assistant – Should be trained to the same standard as the NHS authorities and are qualified in the use of AED’s and basic life support.

Ambulance Technician – Should hold a Level 4 Ambulance qualification or IHCD award.

Paramedic’s – Should be registered with the Health and Care Professionals Council (HCPC) and have frontline experience and have qualified with an IHCD award.

All ambulance staff should operate to JRCALC standards.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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 several operators

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 001-000736

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 January 2025

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: 24 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 January 2025

Local time

12:00pm

Place

NHS GGC

Information about authorised persons and opening procedure

Senior Buyer


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26981. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

A scored community benefits question can be found in the Technical Questionnaire.

(SC Ref:781381)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom