Contract award notice

Information

Published

Date of dispatch of this notice: 31/01/2020

External Reference: 2020-584089

TED Reference: 2020/S 023-052467

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS North Norfolk Clinical Commissioning Group
Lakeside 400, Broadland Business Park
Norwich
NR7 0WG
UK
Contact person: James Savill
Telephone: +44 1603595895
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.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 Patient 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.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  50750000.00  GBP
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 patient 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

Criteria below
Quality criterion  -  Name:  General Service Description  /  Weighting:  45.5
Quality criterion  -  Name:  Integration and Engagement  /  Weighting:  7.7
Quality criterion  -  Name:  Information Governance  /  Weighting:  1.4
Quality criterion  -  Name:  HR and Workforce  /  Weighting:  7.7
Quality criterion  -  Name:  Mobilisation  /  Weighting:  7
Quality criterion  -  Name:  Social Value  /  Weighting:  0.7
Price  -  Weighting:  30
II.2.11)

Information about options

Options: yes
Description of options:
There is a two year extension option on this contract.
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 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 248-573550

Section V: Award of contract

Contract No: 1

Title: Non Emergency Patient Transport for Norfolk

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/10/2019
V.2.2)

Information about tenders

Number of tenders received:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

ERS Transition Limited
Kemp House
London
EC1V 2NX
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  50750000.00  GBP

Section VI: Complementary information

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