Scope
Description
The Contract is required to provide a taxi transportation service for the conveyance of staff, patients, light goods and in certain instances heavy goods for both routine and ad hoc requirements.
The Contract will run for three (3) years with the option to extend a further two (2) twelve (12) month periods.
The Contractor will be required to make taxis available daily 24 hours during the contract period including on Sundays and Bank Holidays. When a service has been requested, the Authority expects the Contractor to respond promptly to execute the requirement.
Total value (estimated)
- £1,000,000 excluding VAT
- £1,200,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 19 January 2026 to 18 January 2029
- Possible extension to 18 January 2031
- 5 years
Description of possible extension:
The Contract will run for three (3) years with the option to extend a further two (2) twelve (12) month periods.
Main procurement category
Services
CPV classifications
- 60120000 - Taxi services
Contract locations
- UKH3 - Essex
Lot constraints
Description of how multiple lots may be awarded:
Suppliers may bid for as many of the lots as they wish, with award criteria for each lot being the same as per the Technical, Commercial and Social Value Schedules.
Primary and Secondary Suppliers
a) The contract will designate a primary and secondary supplier for each of the three specified site lots within the contract.
i. The primary supplier and secondary for each site lot will be selected based on their scores in the evaluation criteria based out in the tender documentation.
ii. The evaluation criteria will consider Technical, Social Value and Commercial Questionnaires.
iii. The supplier with the highest score for each Hospital site will be designated as the primary supplier for the corresponding Hospital site lot, and the suppliers with the next highest score will be designated as secondary.
b) The primary supplier will have the right of first refusal for all taxis for their designated location.
c) If the primary supplier declines a work order or is unable to supply a vehicle within one hour of the request being made by the Authority, the work order will be offered to the secondary suppliers designated for that specific site.
Secondary Suppliers:
a) A secondary supplier will be selected for each site to ensure there is availability of supply.
b) The secondary supplier will be offered work orders only if the primary supplier declines or does not respond within one hour of the request being made by the Authority for their designated location.
Performance Review and Amendment
a) The Authority reserves the right to review the performance of the primary and secondary supplier every six months.
b) Based on the performance review, the Authority may make amendments to the order of suppliers, if necessary, to ensure optimal service delivery.
c) Any amendments to the order of suppliers will be communicated to the suppliers.
Lot 1. Lot 1 - Mid Essex Hospital Services NHS Trust (MEHT)
Description
Lot 1 - Mid Essex Hospital Services NHS Trust (MEHT)
Broomfield Hospital
Chelmsford
Essex
CM1 7ET
Lot value (estimated)
- £333,333 excluding VAT
- £400,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2 - Southend University Hospital NHS Trust (SUFT)
Description
Lot 2 - Southend University Hospital NHS Trust (SUFT)
Prittlewell Chase
Westcliff-on-Sea
Essex
SS0 0RY
Lot value (estimated)
- £333,333 excluding VAT
- £400,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Lot 3 - Basildon and Thurrock University Hospital NHS Trust (BTUH)
Description
Lot 3 - Basildon and Thurrock University Hospital NHS Trust (BTUH)
Nethermayne
Basildon
Essex
SS16 5NL
Lot value (estimated)
- £333,334 excluding VAT
- £400,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Submission
Enquiry deadline
5 November 2025, 5:00pm
Tender submission deadline
18 November 2025, 5:00pm
Submission address and any special instructions
Please go to: https://atamis-1928.my.site.com/s/Welcome
Select View our Live Opportunities and search via either C395962 or the title Transport - Taxi Provisions across sites.
The Contracting Authority is utilising an electronic Tendering system ("E-Tendering Portal") to manage this procurement and communicate with Tenderers. Accordingly, there will be no hard copy documents issued to Tenderers and all communications with the Contracting Authority, including the submission of Tender responses will be conducted solely via the following link:
https://health-family.force.com/s/Welcome
User Guide:
https://services.atamis.co.uk/docs/Supplier_User_Guide.pdf
Unless stated otherwise in these Instructions or in writing from the Contracting Authority, all communications from Tenderers (including their sub-contractors, consortium members, consultants and advisers) during the period of this procurement exercise must be directed via the messaging service on the E-Tendering Portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
5 January 2026
Recurring procurement
Publication date of next tender notice (estimated): 20 November 2030
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical Envelope | Questionnaire 2 contains the Technical questions to which Tenderers are to provide their responses and is to be downloaded, completed and uploaded back into the E-Tendering Portal by Tenderers.... |
Quality | 60.00% |
Commercial Envelope | Please download the Commercial Response template from the Documentation area, complete it and upload it as a response to this question. Questionnaire 4 contains the Commercial (pricing) Questionnaire... |
Price | 30.00% |
Social Value Envelope | Questionnaire 3 contains the Social Value questions to which Tenderers are to provide their responses and is to be downloaded, completed and uploaded back into the E-Tendering Portal by Tenderers.... |
Quality | 10.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
The authority did not undertake market engagement for this Procurement
Contracting authority
Mid and South Essex NHS Foundation Trust
- Public Procurement Organisation Number: PBVJ-9475-ZCMD
Nethermayne
Basildon
SS16 5NL
United Kingdom
Region: UKH37 - Essex Thames Gateway
Organisation type: Public authority - central government