Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Central London Community Healthcare NHS Trust
Ground Floor, 15 Marylebone Road
London
NW1 5JD
UK
Contact person: Reuben Mckeown
Telephone: +44 7740529800
E-mail: reuben.mckeown@capita.com
NUTS: UKI32
Internet address(es)
Main address: https://www.clch.nhs.uk
Address of the buyer profile: https://www.clch.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://health-family.force.com/s/Welcome
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
II.1.2) Main CPV code
60000000
II.1.3) Type of contract
Services
II.1.4) Short description
This tender is for non-emergency patient transport. As a community Trust, CLCH has many sites over a wide geographic area which will require additional consideration in journey planning and demand management. It will be important for any provider to understand how this will impact the service delivery. The initial term will be for two years, with options to extend by 1+1+1 years.<br/>The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):<br/>• Inner North West London<br/>• Outer North West London<br/>• South West London <br/>• North Central London
II.1.5) Estimated total value
Value excluding VAT:
1 400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Inner North West London
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This tender is for non-emergency patient transport. As a community Trust, CLCH has many sites over a wide geographic area which will require additional consideration in journey planning and demand management. It will be important for any provider to understand how this will impact the service delivery. <br/>The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):<br/>• Inner North West London<br/>• Outer North West London<br/>• South West London <br/>• North Central London
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
388 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
1+1+1 Years
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 2
II.2.1) Title
Lot 2 - Outer North West London
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This tender is for non-emergency patient transport. As a community Trust, CLCH has many sites over a wide geographic area which will require additional consideration in journey planning and demand management. It will be important for any provider to understand how this will impact the service delivery. <br/>The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):<br/>• Inner North West London<br/>• Outer North West London<br/>• South West London <br/>• North Central London
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
105 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
1+1+1 Years
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 3
II.2.1) Title
Lot 3 - South West London
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This tender is for non-emergency patient transport. As a community Trust, CLCH has many sites over a wide geographic area which will require additional consideration in journey planning and demand management. It will be important for any provider to understand how this will impact the service delivery. <br/>The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):<br/>• Inner North West London<br/>• Outer North West London<br/>• South West London <br/>• North Central London
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
38 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
1+1+1 Years
II.2.9) Information about the limits on the number of candidates to be invited
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
Lot No: 4
II.2.1) Title
Lot 4 - North Central London
II.2.2) Additional CPV code(s)
60000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This tender is for non-emergency patient transport. As a community Trust, CLCH has many sites over a wide geographic area which will require additional consideration in journey planning and demand management. It will be important for any provider to understand how this will impact the service delivery. <br/>The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):<br/>• Inner North West London<br/>• Outer North West London<br/>• South West London <br/>• North Central London
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
164 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
1+1+1 Years
II.2.9) Information about the limits on the number of candidates to be invited
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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 Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/06/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
28/07/2023
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
UK
E-mail: InternationalRelationsJudicialOffice@judiciary.uk
Internet address(es)
URL: https://www.judiciary.uk/
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
UK
Internet address(es)
URL: https://www.cedr.com
VI.5) Date of dispatch of this notice
27/06/2023