By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Tender For Renal Transport Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NHS Wales Procurement Services
2nd Floor, Block A, Neath Port Talbot Hospital, Baglan Way
Contact point(s): Procurement Department
For the attention of: Laura Panes
SA12 7BX Port Talbot
UNITED KINGDOM
Telephone: +44 1639684428
E-mail:

Internet address(es):

General address of the contracting authority: http://www.procurement.wales.nhs.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

Electronic access to information: http://www.etenderwales.bravosolution.co.uk

Electronic submission of tenders and requests to participate: http://www.etenderwales.bravosolution.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Tender For Renal Transport Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
Main site or location of works, place of delivery or of performance: Wales.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The requirement is for the provision of transport of renal dialysis patients from the catchment area of the Health Board to the Renal Dialysis Units at Morriston Hospital and Padarn Surgery Unit, Bronglais Hospital, in the first instance. During the course of the contract the provider will be required to convey patients to and from locations across the remaining dialysis sites. The aim is that each dialysis patient should reach the treatment centre and/or home in comfort, without detriment to their medical condition and on time for their appointment/treatment slot.
The following are examples of the types of patient's mobility that must be provided for:
Walking Patient
Assisted Walking Patient
Has own Folding Wheelchair Patient
Travel in own Chair Patient
Travel in own Chair with 2 Person Crew
Has own Electric Wheelchair
Stretcher Patient
Patients with special Needs - some patients have special needs which will be clearly identified by the Main Renal Unit Staff. This may include patients requiring Oxygen, specialist equipment or have IV drips in situ, and those with learning difficulties and awaiting cts. Operational staff, involved in the direct delivery of the service will be required to be fully trained and qualified in basic first aid, basic life support, manual handling, medical gases, conflict management and violence and aggression.
The vehicle(s) provided must be an appropriate to the needs of the patients including a proportion of vehicles with stretcher capabilities. Vehicles must be fitted with ramps or tail-lifts to accommodate the above. All vehicles must enable easy access for the disabled and must be capable of restraining / securing a wheelchair with the patient in-situ in accordance with National Guidelines. All vehicles must be equipped with necessary medical equipment.

Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=29508

II.1.6)Common procurement vocabulary (CPV)

34114122

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The transport of dialysis patients to and from the Renal Units under this Contract will be required on Monday to Saturday, 52 weeks per year, including all Bank Holidays (not Christmas Day or New Year's Day 2 per annum). Clinic will be provided on a Sunday over the Christmas and New Year Period. If the services have to be interrupted at any other time for example water treatment failure or adverse weather there may be a need for flexibility in the service provision.
Clinic times will operate from 6:00-24:00, 6 days a week, as above.
Estimated value excluding VAT: 750 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Primary Term 2 Years with an option to extend for a further 12 months at the Health Boards Discretion.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Retrospective payment after the delivery of the service.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the PQQ.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(7) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(8) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(9) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T/ABM/006/15/RC/LP
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
7.8.2015 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.8.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: April 2017.
VI.2)Information about European Union funds
VI.3)Additional information

It is important to note that the procurement exercise for this tender is to be carried out electronically via our e-Tendering portal at http://etenderwales.bravosolution.co.uk/nhs Should your company wish to participate in this opportunity you will be required to register your company's details so that you can access the electronic copy of the tender documents when they become available. Please visit the above website to complete the ‘Suppliers Register Here’ section.

The process of registering on the website is free and simple. You will find the link to register just underneath the username and password boxes. Click on the link and you will be asked to complete your company details. Once completed, click ‘Save’, the system will then send your username and password to you. There is also a video guide to registering available to you on the login page of etenderwales which you can access by clicking ‘click here for details on how to register’. If you have any queries please contact BravoSolution Helpdesk on +44 8003684850 who will be more than happy to assist (Full details on the webpage listed above).
Expressions of interest are invited from experienced companies able to meet the specific patient care requirements described above. Expressions are to be directed, through the Bravo - e-Tendering System, by completing the published PQQ, in full, by no later than 15:00 hours on the 7.8.2015.
Subject to the PQQ weighting and scoring criteria, selected suppliers will be invited to participate in the ITT, which is scheduled for publication on the 21.8.2015.
(WA Ref:29508).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful bidders and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the bidder/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules, have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought promptly.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Laura Panes
NHS Wales Shared Services Partnership, Procurement Department Block A, 2nd Floor, Neath Port Talbot Hospital, Baglan Way
SA12 7BX Port Talbot
UNITED KINGDOM
E-mail:
Telephone: +44 1639684428

VI.5)Date of dispatch of this notice:
30.6.2015