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

Non emergency patient and other transport services including taxi, courier and hopper bus.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

North West London Hospitals NHS Trust
Room 010, Level 8B, Northwick Park Hospital, Watford Road
Contact point(s): Procurement Department
For the attention of: Sue Edwards, Head of Procurement
HA1 3UJ Harrow
UNITED KINGDOM
Telephone: +44 2088693821
E-mail:
Fax: +44 2088692983

Internet address(es):

General address of the contracting authority: http://www.nwlh.nhs.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: yes

Ealing Hospital NHS Trust
Uxbridge Road, Southall
UB1 3HW London
UNITED KINGDOM

NHS North West London
15 Marylebone Road
NW1 5JD London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Non emergency patient and other transport services including taxi, courier and hopper bus.
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

NUTS code UKI23,UKI11

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 services as set out below for the North West London Hospitals NHS Trust, Ealing Hospital NHS Trust, other Trusts in West & North West London both primary and secondary health trusts. The services are varied and complex and the Trusts will develop the most appropriate methods of delivery and commercial risk share with the bidders through the dialogue process. The contract period will be subject to value for money assessments but it is envisaged that it will be 5 years with the option to extend up to a maximum of ten years. The transport services encompassed by the contract are:
- Non emergency Patient Transport Services (NEPTS): This is the movement of patients to and from sites of treatment and/or care. These are non emergency patient transport services including among other things high dependency. The Trust reserves the right to award high dependency separately from other NEPTS services. In such circumstances the Trusts may require one contractor to act as prime, but this will depend on the dialogue process,
- Hopper Bus Services: These are to cover timetabled runs between premises,
- Taxis,
- Courier services.
II.1.6)Common procurement vocabulary (CPV)

85143000, 60120000, 60100000, 60183000, 60172000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
5 years primary term with the option to extend for up to a maximum of 10 years at the sole discretion of the awarding authority. The actual term will depend on the outcome of the dialogue.
The participating Trusts are primary and secondary care Health Trusts in West and North West London.
II.2.2)Information about options
Options: yes
Description of these options: Start dates for different services and/or for different Trusts may be staggered.
Option to extend for up to a maximum of 10 years at the sole discretion of the awarding authority. The actual term will depend on the outcome of the dialogue.
Option to award one or more lots or all lots.
Option to award for one Trust only or for more than one Trust.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Non emergency patient transport services
1)Short description
The provision of non emergency patient transport services.
2)Common procurement vocabulary (CPV)

34114122, 34114121

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Hopper bus
1)Short description
The provision of a hopper bus service for transporting staff, patient records and genreral packages between sites.
2)Common procurement vocabulary (CPV)

60172000, 60100000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Taxis
1)Short description
Provision of taxi services.
2)Common procurement vocabulary (CPV)

60120000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Courier services
1)Short description
Provision of courier services, excluding collection of items and specimens from GP practices.
2)Common procurement vocabulary (CPV)

60100000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Deposits and guarantees may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be advised in PQQ, ICD, or invitation to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. If a contract is awarded to a consortium, applicants will be required to nominate a lead service provider with whom the awarding authority can contract, or form themselves into a single legal entity before the contract is awarded. The awarding authority may award more than 1 contract and these may be for all, or part only, of the services/products required.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: To be advised in the PQQ, ICD, ISFO or other tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: - Statements of overall turnover and turnover in respect of the specific products offered in connection with the proposed contract for the previous 3 financial years,
- Last published annual report and accounts, or where not available, equivalent information required under the law of the member state where the organisation is established,
- Company registration number and address,
- VAT registration number,
- Details of parent company, and other group companies if applicable.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(ii) A list of major contracts won, and their value, in the last 3 years;
(iii) A description of the supplier's technical facilities and measures for controlling quality, including reference to any independently certified audit standard achieved;
If necessary a check may be made by the contracting authority, or a competent official body in the supplier's country of origin acting on their behalf on production capacities and quality-control measures.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 8
Objective criteria for choosing the limited number of candidates: The Trust reserves the right to limit the number of candidates by way of pre-qualifying questionnaire (PQQ), ICD, ISFO or other objective criteria throughout the process.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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:
2011/SE/TRANS
IV.3.2)Previous publication(s) concerning the same contract
no
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
28.12.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
12.1.2012
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 tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: December 2016.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Tenders and all supporting documentation must be priced in sterling and all payments will be made in sterling. Expressions of interest which are submitted without the information requested may not be considered. The awarding authority reserves the right not to proceed with the process at any stage of the procurement process and shall not be responsible for any abortive bid costs incurred.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.11.2011