Section one: Contracting authority
one.1) Name and addresses
NHS Highland
Assynt House, Beechwood Park
Inverness
IV2 3BW
Telephone
+44 7929069647
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
http://www.nhshighland.scot.nhs.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00302
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Lot 2 Transport for Renal Patients in Areas of Argyll & Bute
Reference number
HH071-24-HB
two.1.2) Main CPV code
- 60130000 - Special-purpose road passenger-transport services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority requires a transportation service for renal patients residing in the catchment area of Mid Argyll & Kintyre. Provision of services to other areas of Argyll including Cowal and Bute, Helensburgh and Lomond may be requested from time to time and will be subject to mutual agreement between the Authority and Contractor.
two.1.5) Estimated total value
Value excluding VAT: £166,800
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
two.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
Main site or place of performance
Mid Argyll and Kintyre Peninsula
two.2.4) Description of the procurement
NHS Highland (Argyll and Bute HSCP) requires a transportation service for patients residing in the catchment areas of Oban Lorn & Isles and Mid Argyll & Kintyre. The main Renal Unit accessed by patients from both areas is the Highlands (Belford Hospital, Fort William) and Glasgow and surrounding areas (mainly Vale of Leven Hospital, Alexandria). This remains subject to change. Journeys are required up to 3 times per week per patient usually from their home to their Renal Unit and return for patients to receive Dialysis. Dialysis appointments maybe spread across all seven days of the week and will include public and statutory holidays. Provision of services to other areas of Argyll including Cowal and Bute, Helensburgh and Lomond may be requested from time to time (subject to mutual agreement). This service is for patients that while chronically ill, can walk unaided.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
11 February 2025
End date
10 February 2026
This contract is subject to renewal
Yes
Description of renewals
The contract has an extension option of 1 + 1 + 1 which will bring the total contract length to four years if all extension options are used.
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
two.2.14) Additional information
Additional Lots may be added at a later date.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Award shall be subject to a satisfactory financial evaluation having been carried out by NHS Highland which may include credit checks and accounts analysis.
a) A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the last year end. An additional question has been provided below to enable you to upload your second set of accounts.
or
b) A statement of your organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed, the same information for the period applicable. NOTE: if this information is not available in an audited format, please provide an end of period balance sheet or make the response specified in option (c) below.
or
c) If you are unable to provide the information requested above, please provide additional information and documentation that will give the Authority the assurance that you are capable of carrying out any subsequent awarded contract. For example, a statement of your organisation's cash flow forecast for the current year and a letter from your bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
For example, provide a statement explaining why the organisation was not in net profit after tax in either of the reported financial years.
Minimum level(s) of standards required:
It is a requirement of this Contract that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded Contract, the types and levels of insurance indicated below:
Employer's (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 5,000,000 GBP
Professional Indemnity = 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide a minimum of 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Quality Management Procedures
1.The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Or,
2. The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Health and Safety Procedures
3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or a regularly reviewed documented process.
three.2) Conditions related to the contract
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 a single operator
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: 2024/S 000-014146
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 January 2025
Local time
12:00pm
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
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=784732.
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:784732)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=784732
six.4) Procedures for review
six.4.1) Review body
The Inverness Justice Centre
Inverness
IV1 1AH
Country
United Kingdom