Somerset Integrated Care System - Non-Emergency Patient Transport Services, Discharge, Qualified Crew Services (including inter-trust Transfer service) and Mental Health and Secure

A Tender Notice
by SOMERSET FOUNDATION TRUST

Source
Find a Tender
Type
Contract (Services)
Duration
7 year
Value
£16M
Sector
TRANSPORT
Published
15 Dec 2021
Delivery
To 19 Feb 2029 (est.)
Deadline
27 Jan 2022 12:00

Concepts

Location

South West England: Somerset

Geochart for 1 buyers and 0 suppliers

1 buyer

Description

Three partners of the Somerset Integrated Care System, Somerset Clinical Commissioning Group, Somerset Foundation Trust and Yeovil District Hospital NHS Foundation Trust are seeking the provision of Non-Emergency Patient Transport Services in the following two categories that are being procured as two Lots within a single process: Lot 1 -Patient Discharge, (inter-hospital) Transfers and Qualified Crew (DTQ) Lot 2 - Mental Health & Secure (MH&S) Note: This service excludes pre-planned and car services. The County of Somerset covers a large geographical area. It has a dispersed, mainly rural population of approximately 564,000 people, with only one in four of its residents living in one of its three largest towns; Taunton; Yeovil; and Bridgwater. Somerset has two acute trusts within its borders (Somerset NHS Foundation Trust and Yeovil District Hospital NHS Foundation Trust) as well as 12 community hospitals (run by Somerset Foundation Trust), 64 GP practices a hospice and several care homes. The Somerset population also relies on access to services in a few neighbouring out of county trusts. These journeys, referred to as Zone B journeys, are generally for services which are more specialist in nature. Full details for each of the Lots including specification, activity, scope and requirements can be found within the procurement documentation. Bidders should be aware that Somerset Clinical Commissioning Group has appointed Somerset Foundation Trust with the responsibility of managing these non-emergency patient transport services. The successful provider will contract directly with Somerset Foundation Trust. The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months. The contract value per annum for each lot is: Lot 1 DTQ - £1,851,000 giving a contract value of £9,255,000 for the initial 60-month period Lot 2 MH&S - £376,000 giving a contract value of £1,880,000 for the initial 60-month period This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Three partners of the Somerset Integrated Care System, Somerset Clinical Commissioning Group, Somerset Foundation Trust and Yeovil District Hospital NHS Foundation Trust are seeking the provision of Non-Emergency Patient Transport Services in the following two categories that are being procured as two Lots within a single process: Lot 1 -Patient Discharge, (inter-hospital) Transfers and Qualified Crew (DTQ) Lot 2 - Mental Health & Secure (MH&S) Note: This service excludes pre-planned and car services. The County of Somerset covers a large geographical area. It has a dispersed, mainly rural population of approximately 564,000 people, with only one in four of its residents living in one of its three largest towns; Taunton; Yeovil; and Bridgwater. Somerset has two acute trusts within its borders (Somerset NHS Foundation Trust and Yeovil District Hospital NHS Foundation Trust) as well as 12 community hospitals (run by Somerset Foundation Trust), 64 GP practices a hospice and several care homes. The Somerset population also relies on access to services in a few neighbouring out of county trusts. These journeys, referred to as Zone B journeys, are generally for services which are more specialist in nature. Full details for each of the Lots including specification, activity, scope and requirements can be found within the procurement documentation. Bidders should be aware that Somerset Clinical Commissioning Group has appointed Somerset Foundation Trust with the responsibility of managing these non-emergency patient transport services. The successful provider will contract directly with Somerset Foundation Trust. The duration of the agreement will be for 60 months, with an option to extend up to a further 24 months. The contract value per annum for each lot is: Lot 1 DTQ - £1,851,000 giving a contract value of £9,255,000 for the initial 60-month period Lot 2 MH&S - £376,000 giving a contract value of £1,880,000 for the initial 60-month period

Lot Division

1 Discharge Transfer and Qualified Crew
  • Value: £13M
Award Criteria
Most Economically Advantageous Tender 100%
Most Economically Advantageous Tender 100%
2 Mental Health and Secure
  • Value: £3M
Award Criteria
Most Economical Advantageous Tender 100%
Most Economical Advantageous Tender 100%

CPV Codes

  • 60100000 - Road transport services
  • 60000000 - Transport services (excl. Waste transport)

Indicators

  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Financial restrictions apply.
  • Professional qualifications are sought.
  • Technical restrictions apply.

Other Information

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners. Additional information: Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. The services are deemed to be subject to the full regime of current UK procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015. The contracting authority intends to observe the provisions and 10-day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals ** PREVIEW NOTICE, please check Find a Tender for full details. ** Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home … The contracting authority will observe the provisions and 10-day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful.

Reference

Domains