Tender

Non-Emergency Patient Transport

  • Central London Community Healthcare NHS Trust

F02: Contract notice

Notice identifier: 2023/S 000-018255

Procurement identifier (OCID): ocds-h6vhtk-03dcd0

Published 27 June 2023, 2:13pm



Section one: Contracting authority

one.1) Name and addresses

Central London Community Healthcare NHS Trust

Ground Floor, 15 Marylebone Road

London

NW1 5JD

Contact

Reuben Mckeown

Email

reuben.mckeown@capita.com

Telephone

+44 7740529800

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.clch.nhs.uk

Buyer's address

https://www.clch.nhs.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned 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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Non-Emergency Patient Transport

two.1.2) Main CPV code

  • 60000000 - Transport services (excl. Waste transport)

two.1.3) Type of contract

Services

two.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.
The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):
• Inner North West London
• Outer North West London
• South West London
• North Central London

two.1.5) Estimated total value

Value excluding VAT: £1,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Inner North West London

Lot No

1

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.
The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):
• Inner North West London
• Outer North West London
• South West London
• North Central London

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £388,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 2 - Outer North West London

Lot No

2

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.
The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):
• Inner North West London
• Outer North West London
• South West London
• North Central London

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £105,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 3 - South West London

Lot No

3

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.
The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):
• Inner North West London
• Outer North West London
• South West London
• North Central London

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £38,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Lot 4 - North Central London

Lot No

4

two.2.2) Additional CPV code(s)

  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.
The Trust has split the tender into 4 lots, (Hertfordshire services are not included as part of this tender):
• Inner North West London
• Outer North West London
• South West London
• North Central London

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £164,000

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

30 June 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

28 July 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Country

United Kingdom

Internet address

https://www.cedr.com