Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tender For Renal Transport Services

  • First published: 02 July 2015
  • Last modified: 02 July 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-029508
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
02 July 2015
Deadline date:
07 August 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 34114122.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Wales Procurement Services

2nd Floor, Block A, Neath Port Talbot Hospital, Baglan Way

Port Talbot

SA12 7BX

UK

Procurement Department

Laura Panes

+44 1639684428

laura.panes@wales.nhs.uk


http://www.procurement.wales.nhs.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

http://www.etenderwales.bravosolution.co.uk

http://www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
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(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

2

II.1.2)

Main site or location of works, place of delivery or performance

Wales



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

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)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants 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 06:00-24:00, six days a week, as above.

750000
GBP

II.2.2)

Options

Primary Term 2 Years with an option to extend for a further 12 months at the Health Boards Discretion.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

24

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 Terms of financing and payment and/or reference to the relevant provisions

Retrospective payment after the delivery of the service.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

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


(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 capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.




III.2.3)

Technical capacity


(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)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

6

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

T/ABM/006/15/RC/LP

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 07-08-2015  15:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 21-08-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


April 2017

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



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 0800 368 4850 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 7th August 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 21st August 2015.

(WA Ref:29508)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of 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

Port Talbot

SA12 7BX

UK

laura.panes@wales.nhs.uk

+44 1639684428


VI.5)

Dispatch date of this Notice

 02-07-2015

Coding

Commodity categories

ID Title Parent category
34114122 Patient-transport vehicles Specialist vehicles

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
laura.panes@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.