Contract notice

Information

Published

Date of dispatch of this notice: 21/12/2018

Expire date: 15/02/2019

External Reference: 2018-524267

TED Reference: 2018/S 248-573550

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS Arden and Greater East Midlands Commissioning Support Unit
na
Leicester (Head Office) St John's House, East Street
Leicester
LE1 6NB
UK
Contact person: James Savill
Telephone: +44 1603595895
Internet address(es):
NHS North Norfolk Clincial Commissioning Group
Lakeside 400, Broadland Business Park
Norwich
NR7 0WG
UK
Internet address(es):
NHS South Norfolk Clincial Commissioning Group
Lakeside 400, Broadland Business Park
Norwich
NR7 0WG
UK
Internet address(es):
NHS Norwich Clinical Commissioning Group
City Hall, St Peters Street
Norwich
NR2 1NH
UK
Internet address(es):
NHS West Norfolk Clinical Commissioning Group
Kings Court, Chapel Street
Kings Lynn
PE30 1EL
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=26599&B=OGC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Non Emergency Passenger Transport for Norfolk (1)
Reference number:  33823
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NHS Arden and Greater East Midlands CSU (AGCSU) on behalf of NHS Norwich Clinical Commissioning Group (the Lead Commissioner), NHS North Norfolk Clinical Commissioning Group, NHS South Norfolk Clinical Commissioning Group and NHS West Norfolk Clinical Commissioning Group NHS (referred to as the Commissioners) is inviting suitably qualified and experienced providers to deliver the Services, comprising non-Emergency Transport delivery and associated call handling for Norfolk (excluding Great Yarmouth).
II.1.5)

Estimated total value

Value excluding VAT: 48000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
60130000  -  Special-purpose road passenger-transport services
II.2.4)

Description of the procurement

Non-emergency passenger transport services for patients registered with Norfolk Clinical Commissioning Groups (excluding NHS Great Yarmouth and Waveney CCG). The service to include call handling. There will also be a requirement for specialist mental health patient transport.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The contracts is subject to a two year extension.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  All professional and/or trade registrations is specified within the tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
Minimum level(s) of standards possibly required:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
All technical capacity and its evaluation criteria are specified within the tender documentation.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 207-472567
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/02/2019
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  14/06/2019
IV.2.7)

Conditions for opening of tenders

Date:  14/02/2019
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

NHS AGCSU is managing this Procurement in accordance with the Public Contracts Regulations 2015 (as amended) (the “Regulations”). The Services being procured are Schedule 3 Services and NHS Arden and GEM CSU and the Commissioner it represents are bound only by those parts of the Regulations applying to the procurement of these services commonly referred to as the Light Touch Regime (LTR). Whilst the procurement process is being referred to as an Open Process, Schedule 3 of the Regulations provides the Commissioner with the flexibility to define its own process as long as it complies with the provisions of Regulations 74-76 (inclusive) of the Regulations. The commissioner may require that the provider and/or members of its supply chain provide guarantees, bonds or other instruments of appropriate security for the due and proper performance of its or their obligations, in such forms as may be required by the commissioner or otherwise prescribed for any such purpose. Please see published documentation for further details. The CCG reserves the right not to award the contract in whole or in part and/or to withdraw the procurement at any stage and that it shall not have any liability for any bid costs.
VI.4)

Procedures for review

VI.4.1)

Review body

Arden & GEM Commissioning Support Unit
Leicester
UK

VI.4.2)

Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit
Leicester
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Arden & GEM Commissioning Support Unit
Leicester
UK