Notice Information
Notice Title
Transport - Taxi provision across all sites
Notice 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.
Lot Information
Lot 1 - Mid Essex Hospital Services NHS Trust (MEHT)
Lot 1 - Mid Essex Hospital Services NHS Trust (MEHT) Broomfield Hospital Chelmsford Essex CM1 7ET
Renewal: The Contract will run for three (3) years with the option to extend a further two (2) twelve (12) month periods.
Lot 2 - Southend University Hospital NHS Trust (SUFT)Lot 2 - Southend University Hospital NHS Trust (SUFT) Prittlewell Chase Westcliff-on-Sea Essex SS0 0RY
Renewal: The Contract will run for three (3) years with the option to extend a further two (2) twelve (12) month periods.
Lot 3 - Basildon and Thurrock University Hospital NHS Trust (BTUH)Lot 3 - Basildon and Thurrock University Hospital NHS Trust (BTUH) Nethermayne Basildon Essex SS16 5NL
Renewal: The Contract will run for three (3) years with the option to extend a further two (2) twelve (12) month periods.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05cf74
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/066581-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
60 - Transport services (excl. Waste transport)
-
- CPV Codes
60120000 - Taxi services
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- £1,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20254 months ago
- Submission Deadline
- 18 Nov 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 19 Jan 2026 - 18 Jan 2029 3-4 years
- Recurrence
- 2030-11-20
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MID AND SOUTH ESSEX NHS FOUNDATION TRUST
- Contact Name
- Ben La Rocca
- Contact Email
- benjamin.larocca@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- BASILDON
- Postcode
- SS16 5NL
- Post Town
- Southend-on-Sea
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH3 Essex
- Small Region (ITL 3)
- TLH37 Essex Thames Gateway
- Delivery Location
- TLH3 Essex
-
- Local Authority
- Basildon
- Electoral Ward
- Langdon Hills
- Westminster Constituency
- South Basildon and East Thurrock
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/066581-2025
20th October 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05cf74-2025-10-20T10:02:35+01:00",
"date": "2025-10-20T10:02:35+01:00",
"ocid": "ocds-h6vhtk-05cf74",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PBVJ-9475-ZCMD",
"name": "Mid and South Essex NHS Foundation Trust",
"identifier": {
"scheme": "GB-PPON",
"id": "PBVJ-9475-ZCMD"
},
"address": {
"streetAddress": "Nethermayne",
"locality": "Basildon",
"postalCode": "SS16 5NL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH37"
},
"contactPoint": {
"name": "Ben La Rocca",
"email": "benjamin.larocca@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.mse.nhs.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PBVJ-9475-ZCMD",
"name": "Mid and South Essex NHS Foundation Trust"
},
"planning": {
"noEngagementNoticeRationale": "The authority did not undertake market engagement for this Procurement"
},
"tender": {
"id": "ocds-h6vhtk-05cf74",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Transport - Taxi provision across all sites",
"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.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60120000",
"description": "Taxi services"
}
],
"deliveryAddresses": [
{
"region": "UKH3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60120000",
"description": "Taxi services"
}
],
"deliveryAddresses": [
{
"region": "UKH3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "60120000",
"description": "Taxi services"
}
],
"deliveryAddresses": [
{
"region": "UKH3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
}
],
"value": {
"amountGross": 1200000,
"amount": 1000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "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.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-18T17:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-11-05T17:00:00Z"
},
"awardPeriod": {
"endDate": "2026-01-05T23:59:59Z"
},
"lots": [
{
"id": "1",
"title": "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",
"status": "active",
"value": {
"amountGross": 400000,
"amount": 333333,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Envelope",
"description": "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. Tenderer responses to the specific questions relating to the Contract Opportunity must be made in accordance with the instructions provided in the Questionnaire. Assessment of Tenderer Technical Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Envelope",
"description": "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. Responses must be made in accordance with the instructions provided in the Questionnaire. Assessment of Tenderer Social Value Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Envelope",
"description": "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 that is to be downloaded, completed and uploaded back into the E-Tendering Portal by Tenderers. The Commercial Questionnaire is made up of two Response tabs. Response Tab 1 is not to be amended by any bidder. Where Response Tab 1 is amended this shall be a non-compliant Tender and any such Tender shall be disregarded and excluded from further assessment. Where a supplier may wish to make additions or assumptions this must be completed on Response Tab 2 only. All Tenderers are required to complete the Commercial Questionnaire in full. A Tender containing a Commercial Questionnaire that is not completed in full shall be a non-compliant Tender and any such Tender shall be disregarded and excluded from further assessment. No Tenderer is permitted to amend the format of the Commercial Questionnaire in any way. If a Tenderer amends the format of the Commercial Questionnaire (which for the avoidance of doubt includes but is not limited to any amendment, addition, or deletion other than the input of the data requested) then their Tender shall be disregarded and excluded from further assessment. If a Tenderer has any queries regarding the content, completion and / or submission of the Commercial Questionnaire, these must be submitted as clarification questions in accordance with paragraph 3.4 of this Document 1. Prices included in any Tender must not be subject to any pricing qualifications or indexation not provided for explicitly by the Contracting Authority in the Commercial Questionnaire, or in the Specification or in the Contract. In the event that any prices in a Tender are expressed as being subject to any pricing qualifications or indexation not provided for by the Contracting Authority in the Commercial Questionnaire, or in the Specification or in the Contract, the Contracting Authority will reject the Tender. Assessment of Commercial Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00Z",
"endDate": "2029-01-18T23:59:59Z",
"maxExtentDate": "2031-01-18T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The Contract will run for three (3) years with the option to extend a further two (2) twelve (12) month periods."
}
},
{
"id": "2",
"title": "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",
"status": "active",
"value": {
"amountGross": 400000,
"amount": 333333,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Envelope",
"description": "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. Tenderer responses to the specific questions relating to the Contract Opportunity must be made in accordance with the instructions provided in the Questionnaire. Assessment of Tenderer Technical Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Envelope",
"description": "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. Responses must be made in accordance with the instructions provided in the Questionnaire. Assessment of Tenderer Social Value Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Envelope",
"description": "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 that is to be downloaded, completed and uploaded back into the E-Tendering Portal by Tenderers. The Commercial Questionnaire is made up of two Response tabs. Response Tab 1 is not to be amended by any bidder. Where Response Tab 1 is amended this shall be a non-compliant Tender and any such Tender shall be disregarded and excluded from further assessment. Where a supplier may wish to make additions or assumptions this must be completed on Response Tab 2 only. All Tenderers are required to complete the Commercial Questionnaire in full. A Tender containing a Commercial Questionnaire that is not completed in full shall be a non-compliant Tender and any such Tender shall be disregarded and excluded from further assessment. No Tenderer is permitted to amend the format of the Commercial Questionnaire in any way. If a Tenderer amends the format of the Commercial Questionnaire (which for the avoidance of doubt includes but is not limited to any amendment, addition, or deletion other than the input of the data requested) then their Tender shall be disregarded and excluded from further assessment. If a Tenderer has any queries regarding the content, completion and / or submission of the Commercial Questionnaire, these must be submitted as clarification questions in accordance with paragraph 3.4 of this Document 1. Prices included in any Tender must not be subject to any pricing qualifications or indexation not provided for explicitly by the Contracting Authority in the Commercial Questionnaire, or in the Specification or in the Contract. In the event that any prices in a Tender are expressed as being subject to any pricing qualifications or indexation not provided for by the Contracting Authority in the Commercial Questionnaire, or in the Specification or in the Contract, the Contracting Authority will reject the Tender. Assessment of Commercial Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00Z",
"endDate": "2029-01-18T23:59:59Z",
"maxExtentDate": "2031-01-18T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The Contract will run for three (3) years with the option to extend a further two (2) twelve (12) month periods."
}
},
{
"id": "3",
"title": "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",
"status": "active",
"value": {
"amountGross": 400000,
"amount": 333334,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Envelope",
"description": "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. Tenderer responses to the specific questions relating to the Contract Opportunity must be made in accordance with the instructions provided in the Questionnaire. Assessment of Tenderer Technical Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Envelope",
"description": "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. Responses must be made in accordance with the instructions provided in the Questionnaire. Assessment of Tenderer Social Value Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Envelope",
"description": "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 that is to be downloaded, completed and uploaded back into the E-Tendering Portal by Tenderers. The Commercial Questionnaire is made up of two Response tabs. Response Tab 1 is not to be amended by any bidder. Where Response Tab 1 is amended this shall be a non-compliant Tender and any such Tender shall be disregarded and excluded from further assessment. Where a supplier may wish to make additions or assumptions this must be completed on Response Tab 2 only. All Tenderers are required to complete the Commercial Questionnaire in full. A Tender containing a Commercial Questionnaire that is not completed in full shall be a non-compliant Tender and any such Tender shall be disregarded and excluded from further assessment. No Tenderer is permitted to amend the format of the Commercial Questionnaire in any way. If a Tenderer amends the format of the Commercial Questionnaire (which for the avoidance of doubt includes but is not limited to any amendment, addition, or deletion other than the input of the data requested) then their Tender shall be disregarded and excluded from further assessment. If a Tenderer has any queries regarding the content, completion and / or submission of the Commercial Questionnaire, these must be submitted as clarification questions in accordance with paragraph 3.4 of this Document 1. Prices included in any Tender must not be subject to any pricing qualifications or indexation not provided for explicitly by the Contracting Authority in the Commercial Questionnaire, or in the Specification or in the Contract. In the event that any prices in a Tender are expressed as being subject to any pricing qualifications or indexation not provided for by the Contracting Authority in the Commercial Questionnaire, or in the Specification or in the Contract, the Contracting Authority will reject the Tender. Assessment of Commercial Questionnaire responses is described in Section 4 of Document 1 of the ITT Pack.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"contractPeriod": {
"startDate": "2026-01-19T00:00:00Z",
"endDate": "2029-01-18T23:59:59Z",
"maxExtentDate": "2031-01-18T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The Contract will run for three (3) years with the option to extend a further two (2) twelve (12) month periods."
}
}
],
"lotDetails": {
"awardCriteria": {
"description": "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."
}
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "066581-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/066581-2025",
"datePublished": "2025-10-20T10:02:35+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-11-20T23:59:59Z"
}
]
}
},
"language": "en"
}