Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Transportation: Patient and Specialist Courier Services

  • First published: 11 November 2020
  • Last modified: 11 November 2020
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
East Of England NHS Collaborative Hub
Authority ID:
AA24804
Publication date:
11 November 2020
Deadline date:
11 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Suppliers awarded to the framework are expected to be able to provide transportation in vehicles that are suitable for ambulatory patients and patients who require an assisted return to home or onward transportation to other care facilities.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Of England NHS Collaborative Hub

Victoria House, Capital Business Park, Fulbourn

Cambridge

CB21 5XB

UK

Contact person: Simon Norden

Telephone: +44 1

E-mail: business.services@eoecph.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.eoecph.nhs.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://eoecph.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://eoecph.bravosolution.co.uk


Tenders or requests to participate must be sent 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

Transportation: Patient and Specialist Courier Services

Reference number: project_19018

II.1.2) Main CPV code

64120000

 

II.1.3) Type of contract

Services

II.1.4) Short description

EOECPH is seeking experienced, proven, innovative and agile providers as our framework partners to deliver non-urgent patient transportation and specialist courier services which meet current and future regulatory and legislative standards for both the materials being transported and the vehicle/fleet element of the services, assisting beneficiaries achieve and deliver against their requirements and obligations as well as providing value for money services with best service outcomes.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 10

II.2) Description

Lot No: Lot 1a: Private Ambulance - System Capacity Support

II.2.1) Title

Non-urgent Patient Transportation Services

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers awarded to the framework are expected to be able to provide transportation in vehicles that are suitable for ambulatory patients and patients who require an assisted return to home or onward transportation to other care facilities.

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: 48

This contract is subject to renewal: No

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: Lot 1b: Patient Repatriation Services

II.2.1) Title

Non-urgent Patient Transportation Services

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Providers for Lot 1b will need to be to be able to offer a fully managed, clinically supported, bed-to-bed repatriation service as required. It is intended that this service will cover:

• repatriation UK nationwide

• repatriation internationally to/from any country in the world

• air ambulance service

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: 48

This contract is subject to renewal: No

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

Temperature Controlled Logistics - Planned Service Delivery

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Planned service delivery will encompass both routes and times for delivery and or collection where so set by the Contracting Authority (Beneficiary). Planned service delivery means and will encompass regular journeys and routes which may additionally have regular set times laid against the route or routes.

Items to be transported could be a mixture of items, for example it could be a mixed set of requirements consisting of the transportation of files/medical notes, pharmacy items or raw material between hospital pharmacies for manufacturing, or the transfer of tissue and blood samples, or regular consignment and transfer of mail and files between community, mental health and social care providers.

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: 48

This contract is subject to renewal: No

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

Temperature Controlled Logistics – Same Day Courier Service

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Same day service requirements delivered under the Framework encompasses both regular and planned or ad-hoc and unplanned logistic requirements.

Items to be transported could be a mixture of items, for example it could be a mixed set of requirements consisting of the transportation of files/medical notes, pharmacy items or raw material between hospital pharmacies for manufacturing, or the transfer of tissue and blood samples, or regular consignment and transfer of mail and files between community, mental health and social care providers.

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: 48

This contract is subject to renewal: No

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

Temperature Controlled Logistics – Next Day Courier Service

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Next Day service requirements delivered under the Framework encompasses both regular and planned or ad-hoc and unplanned logistic requirements.

Items to be transported could be a mixture of items, for example it could be a mixed set of requirements consisting of the transportation of files/medical notes, pharmacy items or raw material between hospital

Pharmacies for manufacturing, or the transfer of tissue and blood samples, or regular consignment and transfer of mail and files between community, mental health and social care providers.

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: 48

This contract is subject to renewal: No

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: 5

II.2.1) Title

Hazard Material (ADR) Logistics - Planned Service Delivery

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Planned service delivery will encompass both routes and times for delivery and or collection where so set by the Contracting Authority (Beneficiary). Planned service delivery means and will encompass regular journeys and routes which may additionally have regular set times laid against the route or routes.

Items to be transported could be a mixture of items, for example it could be a mixed set of requirements consisting of the transportation of files/medical notes, pharmacy items, dry ice, liquid nitrogen or raw material between hospital pharmacies for manufacturing, or the transfer of tissue and blood samples, or regular consignment and transfer of mail and files between community, mental health and social care providers.

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: 48

This contract is subject to renewal: No

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: 6

II.2.1) Title

Hazard Material (ADR) Logistics – Same Day Courier Service

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Same day service requirements delivered under the Framework encompasses both regular and planned or ad-hoc and unplanned logistic requirements.

Items to be transported could be a mixture of items, for example it could be a mixed set of requirements consisting of the transportation of files/medical notes, pharmacy items, dry ice, liquid nitrogen or raw material between hospital pharmacies for manufacturing, or the transfer of tissue and blood samples, or regular consignment and transfer of mail and files between community, mental health and social care providers.

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: 48

This contract is subject to renewal: No

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: 7

II.2.1) Title

Hazard Material (ADR) Logistics - Next Day Courier Service Delivery

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Next Day service requirements delivered under the Framework encompasses both regular and planned or ad-hoc and unplanned logistic requirements.

Items to be transported could be a mixture of items, for example it could be a mixed set of requirements consisting of the transportation of files/medical notes, pharmacy items, dry ice, liquid nitrogen or raw material between hospital

Pharmacies for manufacturing, or the transfer of tissue and blood samples, or regular consignment and transfer of mail and files between community, mental health and social care providers.

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: 48

This contract is subject to renewal: No

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: 8

II.2.1) Title

Notes and Files

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Suppliers awarded to this lot will be required to undertake and collection, storage, and delivery of Notes and Files which may require higher security than otherwise allowed for under other lots within this Framework agreement.

These notes and files may include, but will not be limited to, medical notes and files which may include Patient Identifiable Data (PID).

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: 48

This contract is subject to renewal: No

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: 9

II.2.1) Title

‘Green’ and innovation Courier Services

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Providers awarded to this Lot must be able to demonstrate a clear understanding of the NHS environmental and sustainability initiatives in place to reduce carbon output and limit their overall impact on the environment.

Green and Innovation Courier Services may include but are not limited to:

• Zero-emission cargo bikes

• Drone or robotic delivery systems

• Fully electric Fleet vehicles

• Carbon-offsetting services

• Use of AI and associated platforms to achieve overall delivery efficiencies

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: 48

This contract is subject to renewal: No

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: 10

II.2.1) Title

Total Service Delivery

II.2.2) Additional CPV code(s)

64120000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Total Service Delivery services, covering the supply of a broad range of Transport and Specialist Courier Services where the scope of the requirement covers at least 2 or more of the specialist areas covered in Lots 1-9. This Lot would be used where the scope of the work involved was particularly wide ranging and broad in its nature such that the scope of the service required was not able to be procured solely under any one of the specialist individual Lots 1-9.

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: 48

This contract is subject to renewal: No

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

List and brief description of conditions:

EOECPH is interested in partnering for this framework with organisations that can demonstrate and evidence compliance with the following key standards and capabilities, as may be applicable and where so indicated by the Lot requirements or transport regulations, including but not limited to:

• Vehicle Excise and Registration Act 1994 (VERA);

• Standard International Operator’s Licence (this applies to all vehicles with a gross vehicle weight rating above 3.5 tonnes);

• Certificate of Professional Competence (CPC);

• radioactive material must have a compliant radiation management programme in place (DGSA, RPA AND RPS) and at the point in time of the issue of the framework be compliant with the latest versions of IRR99 and ADR;

• Carriage of Dangerous Goods and Use of Transportable Pressure Equipment Regulations (CDG) 2009:

— security provisions of ADR and RID apply in the UK through Regulation 5;

— Regulations 7 and 8 contain additional security provisions that apply in Great Britain (England, Scotland and Wales),

— Class 2 category,

— Class 7 category;

• the Radioactive Material (Road Transport) Regulations 2002;

• Home Office guidance for the safe custody of controlled drugs and drug precursors in transit 2016;

• Health and Safety at Work Act 1974;

• Good Distribution (GDP) guidelines;

• registration with and regulated by the Care Quality Commission.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 20

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/12/2020

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: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/12/2020

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Every 4 years.

VI.3) Additional information

The framework tender also allows for a mini-competition for pathology services for a Trust within the East Anglia region to be run concurrently. Documentation relating to the mini-competition is located on the Bravo eSourcing portal within the same file structure as the framework.

VI.4) Procedures for review

VI.4.1) Review body

NHS Resolution

London

UK

VI.5) Date of dispatch of this notice

06/11/2020

Coding

Commodity categories

ID Title Parent category
64120000 Courier services Post and courier services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
business.services@eoecph.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.