BARKING, HAVERING AND REDBRIDGE UNIVERSITY HOSPITALS NHS TRUST (BHRUT) has floated a tender for Contract notice: Transport services (excl. Waste transport). The project location is United Kingdom and the tender is closing on 17 Jan 2020. The tender notice number is 592306-2019, while the TOT Ref Number is 38909767. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Transport services (excl. Waste transport)

Deadline : 17 Jan 2020

Other Information

Notice Type : Tender

TOT Ref.No.: 38909767

Document Ref. No. : 592306-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : BARKING, HAVERING AND REDBRIDGE UNIVERSITY HOSPITALS NHS TRUST (BHRUT)
Office Name: Barking, Havering and Redbridge University Hospitals NHS Trust (BHRUT)
Address: Rom Valley Way, Essex
Town: Romford
Postal Code: RM7 0AG
Contact Point: Ms Debi Tingle
United Kingdom
Email :debi.tingle@nhs.net
URL :https://www.bhrhospitals.nhs.uk

Tender Details

Object of the contract
Transport services (excl. Waste transport)

Description: Contract notice: Transport services (excl. Waste transport)

Authority Type: Body governed by public law
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 60000000, 60112000, 60130000, 79512000, 85143000, 60000000, 60112000, 60130000, 79512000, 85143000
CPV Description: Transport services (excl. Waste transport).

Public road transport services.

Special-purpose road passenger-transport services.

Call centre.

Ambulance services.

Provision of a Managed Patient Transport Service for the ICS Collaborative

Reference Number : ICSC/MPTS/2020

The ICS Collaborative is committed to providing a high-quality, patient led service and this procurement is seeking to appoint either a single service provider, under Lot 1, to deliver all of the services for all of the contracting authorities that form part of the ICS Collaborative, or to appoint potentially 2 service providers or contracts; 1 service provider for NEPTS services for BHRUT and NELFT with some secure transport service requirements and 1 service provider for secure transport for BEHMHT and C&IFT as Lot 2. Bidders can apply for 1 or both lots.

This competitive procurement process for the provision of a managed patient transport service that enables patients to be conveyed in vehicles appropriate to their mobility needs is being led by BHRUT for and on behalf of itself and the above contracting authorities.It is envisaged that each Trust will enter into a contract with the successful bidder (s) depending on which lot the respective Trust decides to award the contract under. BEHMHT and C&IFT would consider appointing a separate provider under Lot 2 from the rest of the ICS. Each of the above Trusts will enter into a separate contract with the successful bidder(s) depending on which lot they enter into. There may also be primary care services that will require transport services as part of this contract. This will include secondary care services provided in a primary care setting on behalf of the BHR CCGs, managed by BHRUT as part of their contract award.

The initial contract period will be five (5) years, with each ICS Collaborative Trust having the option to extend for an additional five (5) years subject to satisfactory performance and commercial review. The contract is based upon the standard NHS Terms and Conditions for the Provision of Services and has been developed for this specific contract.

Collectively, across the ICS Collaborative there are circa 135 000 journeys carried out each year and this contract requires the provision of non-emergency patient transport; emergency medical technician; urgent medical transport and mental health services transportation (including secure patients) 24 hours per day, seven (7) days per week and 365 days per year.

The successful bidder will also be responsible for the provision of a fully resourced, call/control centre/s (including the provision of facilities; personnel and technology) that will process requests through electronic means and via telephone for both lots.

In addition to the above indicative journeys, there is potential for the volumes of journeys to fluctuate, as the activity might increase due to changes in CCG's obligations and from a more consistent application of the eligibility criteria.

Potential bidders should note that Transfer of Undertakings for the Protection of Employees (TUPE) will apply and the relevant data will be issued at the ITT stage to those shortlisted upon receipt of a signed non-disclosure agreement.

The procurement process will be carried out in accordance with the restricted procedure under the Public Contracts Regulations 2015 ('PCR').

It is anticipated that each ICS Collaborative Trust may enter into a single five (5) year contract with the successful bidder for Lot 1. This contract will have the option for the ICS Collaborate Trusts to extend for an additional five (5) years.

This joint procurement process is being led by BHRUT for and on behalf of itself and the following organisations:

— Barking, Havering and Redbridge University Hospitals NHS Trust ('BHRUT' Lead organisation that manages patient transport activity for Barking and Dagenham, Havering and Redbridge Clinical Commissioning Groups ('BHR CCGs')),

— Barnet, Enfield and Haringey Mental Health Trust ('BEHMHT'),

— Camden and Islington NHS Foundation Trust ('C&IFT'),

— North East London NHS Foundation Trust ('NELFT'). The ICS Collaborative is currently seeking to appoint either a single service provider, under Lot 1, to deliver all of the services for all of the contracting authorities that form part of the ICS Collaborative, or to appoint potentially 2 service providers or contracts; 1 service provider for NEPTS services for BHRUT and NELFT with some secure transport service requirements and 1 service provider for secure transport for BEHMHT and C&IFT as Lot 2.

Overarching requirements are:

— provide transport services to eligible patients with all levels of mobility,

— have a call/control centre/s to support the provision of a managed patient transport service, and

— provide non-emergency patient transport; emergency medical technician; urgent medical transport; and mental health services transportation (including secure patients) 24 hours per day, seven (7) days per week and 365/6 days per year.

Bidders will have the option to bid for 1 or both lots.

Any agreements entered into will be governed by English Law and will be subject to the exclusive jurisdiction of the English Courts. None of the contracting authorities referred to in this notice are liable for any costs, charges or expenses incurred by candidates or tenderers in bidding for these contract opportunities. The contracting authorities reserve the right to cancel this tender process at any time and not to award any of the contracts/any part of the contracts.

There will be a bidders' information event for short-listed bidders, to engage with potential providers for these services in order to share details of the intentions of the ICS Collaborative and the requirements. There will be an opportunity for potential bidders to network with other providers. Details of the event will be shared with the short-listed bidders at the ITT stage. As part of the managed transport service, organisations will be able to sub-contract to suitably experienced and qualified secure transport providers in order to deliver that element of the requirements.A further breakdown of each Trust's volume/transport type can be found in the overview requirements document.


Internet address (URL): https://www.bhrhospitals.nhs.uk

Documents

 Tender Notice