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
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