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

Non Patient Transport Service Comprising Scheduled Courier Services, Scheduled Pathology Specimens service, Scheduled Delivery of Pharmaceuticals items, and Ad hoc Del/collection Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

East Cheshire NHS Trust
05280446
Macclesfield District General Hospital Victoria R
For the attention of: Tim Ward
SK10 3BL Macclesfield
UNITED KINGDOM
Telephone: +44 1625661626
E-mail:

Internet address(es):

Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/39

Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11548&B;=NHSSBS

Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=11548&B;=NHSSBS

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

Mid Cheshire Hospitals NHS Foundation Trust
Leighton Hospital, Middlewich Road
CW14QJ Crewe
UNITED KINGDOM

NHS Eastern Cheshire Clinical Commissioning Group
1st Floor New Alderley House, Macclesfield District General Hospital, Victoria Road
SK10 3BL Macclesfield
UNITED KINGDOM

NHS England (Primary Care Support Cheshire, Warrington and Wirral Area Team)
Quayside, Greenalls Avenue, Stockton Heath
WA4 6HL Warrington
UNITED KINGDOM

NHS South Cheshire Clinical Commisioning Group
Bevan House, Barony Court
CW55QU Nantwich
UNITED KINGDOM

NHS Vale Royal Clinical Commissioning Group
Bevan House Barony Court
CW5 5QU Nantwich
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Non Patient Transport Service Comprising Scheduled Courier Services, Scheduled Pathology Specimens service, Scheduled Delivery of Pharmaceuticals items, and Ad hoc Del/collection 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: Cheshire.

NUTS code UKD2

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 provision of a Non Patient Transport Service comprising, scheduled Courier services (including medical records, mail, packages and boxes). Next day service, ad-hoc courier services same day, Same day timed scheduled courier service for routine Pathology Specimens, scheduled courier service for Pharmaceuticals items, Scheduled deliveries/collections from Acute Sterile Service Units, scheduled linen deliveries and collections and Ad-hoc furniture removals. On behalf of East Cheshire NHS Trust (acting as lead organisation for the Procurement process), Mid Cheshire Hospitals NHS Foundation Trust, NHS Eastern Cheshire Clinical Commissioning Group, NHS South and Vale Royal Clinical Commissioning Groups, NHS England Cheshire, Warrington and Wirral NHS England. The duration of the contract is 3 years with the option to extend for 1 + 1 years. It is anticipated that the contract will commence in September 2015.
II.1.6)Common procurement vocabulary (CPV)

60000000, 60100000, 60130000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The provision of a Non Patient Transport Service comprising, scheduled Courier services (including medical records, mail, packages and boxes). Next day service, ad-hoc courier services same day, Same day timed scheduled courier service for routine Pathology Specimens, scheduled courier service for Pharmaceuticals items, Scheduled deliveries/collections from Acute Sterile Service Units, scheduled linen deliveries and collections and Ad-hoc furniture removals. On behalf of East Cheshire NHS Trust (acting as lead organisation for the Procurement process), Mid Cheshire Hospitals NHS Foundation Trust, NHS Eastern Cheshire Clinical Commissioning Group, NHS South and Vale Royal Clinical Commissioning Groups, NHS England Primary Care Support Cheshire, Warrington and Wirral Area Team. The duration of the contract is 3 years with the option to extend for 1 + 1 years. Bidders will be required to provide an offer. The scope of supply will be divided into 2 lots - Lot 1 - scheduled courier services (including medical records, mail, packages and boxes). Next day service, ad-hoc courier services same day, Same day timed scheduled courier service for routine Pathology Specimens, scheduled courier, Scheduled deliveries/collections from Acute Sterile Service Units, scheduled linen deliveries and collections and Ad-hoc furniture removals. Optional bids will be required including and excluding an external mail sorting and Franking Service. Lot 2 scheduled and ad-hoc courier service for the delivery of Pharmaceutical/Radio Pharmacy Items for East Cheshire NHS Trust only. Bidders can make an offer for 1 or more of the lots.
Estimated value excluding VAT:
Range: between 1 500 000 and 3 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Bids for Lot 1 will be requested with an external Mail Sorting and Franking Service for East Cheshire NHS Trust Community post and without an external Mail Sorting and Franking Service.
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 060 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1: Non Patient Transport Service Comprising Scheduled Courier Services, Scheduled Pathology Specimens service, Ad hoc Del/collection Services
1)Short description
The provision of a Non Patient Transport Service comprising, scheduled Courier services (including medical records, mail, packages and boxes). Next day service, ad-hoc courier services same day, Same day timed scheduled courier service for routine Pathology Specimens, Scheduled deliveries/collections from Acute Sterile Service Units, scheduled linen deliveries and collections and Ad-hoc requests and furniture removals. Option to provide mail sorting and franking service for external mail.
2)Common procurement vocabulary (CPV)

60000000, 60100000, 60130000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 350 000 and 2 700 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 Non Patient Transport Service Scheduled Delivery of Pharmaceuticals items and Ad-Hoc Requests for the delivery/collection of Pharmacutical and associated items
1)Short description
The scheduled and ad-hoc courier service for the delivery of Pharmaceutical/Radio Pharmacy items for East Cheshire NHS Trust only.
2)Common procurement vocabulary (CPV)

60000000, 60100000, 60130000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 150 000 and 300 000 GBP
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:
A Parent Company Guarantee may be required. Further details will be provided in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Delivery vehicle arrangements will be for tenderers to consider in submitting responses to this Contract Notice. Consortium submissions will be permitted but upon award, East Cheshire NHS Trust/the Participating Organisations will expect to enter into the awarded contract and only have to deal with only 1 single entity (be that the lead part to a consortium or via a corporate joint venture arrangement as the case may be); it will be for the tenderers to arrange their own contracting and governance arrangements (contractual or corporate) as they see fit in order to accommodate this requirement.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Further details will be provided in the tender documentation.
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: This procurement exercise will be conducted on the EU Supply: e-Tendering Portal at https://nhssbs.eu-supply.com

Candidates wishing to be considered for this agreement must register their expression of interest and provide additional Procurement specific information through this portal.
To register interest:

1) Go to current Tender Opportunities from the e-tendering portal page: https://nhssbs.eu-supply.com

2) Find the tender listed and click on the title. This will take you to the letter of invitation.
3) If you are not a registered user of EU Supply follow the 'online Registration' link otherwise follow the 'login' link and enter user name and password.
4) Once logged in 'Accept' the Invitation to register your interest in the opportunity. You will be taken direct to the tender response screen to view and download tender documentation
5) Go to 'Access Documents' folder on the response screen to view and download tender documentation

Further guidance on how to access and respond to the opportunity is available in the 'Quick Guide For Suppliers' which is available for downloading from the msin portal page: https://nhssbs.eu-supply.com

For any support in submitting your response please contact the EU Supply Help-desk at (tel. +44 8008402050) quoting the tender ID number.

Any Tenderer may be disqualified who does not respond to the following in the requisite manner:
A) Tenderers are requested to on expressing interest in the OJEU process to complete PQQ documents (where applicable) via the Trusts e-sourcing tool detailed above.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details will provided in the Pre Qualification Questionnaire. This will detail minimum level(s) of standards bidders will be required to meet. Minimum level(s) of standards possibly required. Details will be provided in the Invitation to Tender Documentation.
III.2.3)Technical capacity
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
Restricted
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 6

Objective criteria for choosing the limited number of candidates: Evaluation of information received is set out in the the Pre Procurement Questionnaire Tender document questions available via the e-tendering portal https://nhssbs.eu-supply.com

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:
1/2015
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.3.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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: no
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

To receive more information about this tender, including any amendments and/or clarifications and/or to respond to this Tender, you must register your interest to this tender on the following site: https://nhssbs.eu-supply.com

Total length of the contract(s) if fully extended is 60 months.
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:
16.2.2015