Courier Services Contract London
Approximately 90 % of volume travels from and to locations in inner London, majority of additional volume remaining inside M25.
United Kingdom-London: Post and courier services
2017/S 175-358743
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Whittington Health, Magdala Avenue
London
N19 5NF
United Kingdom
Contact person: Mr Lewis Jay
Telephone: +44 2077940500
E-mail: lewis.jay@nhs.net
NUTS code: UKI
Address of the buyer profile: https://www.lppsourcing.org
I.1)Name and addresses
London
United Kingdom
E-mail: lewis.jay@nhs.net
NUTS code: UKIInternet address(es):Main address: https://www.lppsourcing.org
I.1)Name and addresses
London
United Kingdom
E-mail: lewis.jay@nhs.net
NUTS code: UKIInternet address(es):Main address: https://www.lppsourcing.org
I.1)Name and addresses
London
United Kingdom
E-mail: lewis.jay@nhs.net
NUTS code: UKIInternet address(es):Main address: https://www.lppsourcing.org
I.1)Name and addresses
London
United Kingdom
E-mail: lewis.jay@nhs.net
NUTS code: UKIInternet address(es):Main address: https://www.lppsourcing.org
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
STRAT5583 — Provision of Courier Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Background:
— Annual spend on couriers exceeds 1 000 000 GBP.
— C.90 % of volume travels from and to locations in inner London, majority of additional volume remaining inside M25.
— Significant opportunity to optimise remains at a Trust and cross-Trust level.
— Analysis of our demand shows significant similarities between destinations, pick-up and drop times, requirements and required service levels.
— There is room for improvement in service user familiarity with service offerings and levels.
— The Contracting Bodies are seeking, therefore, qualified suppliers to support them in their vision of a single provider:
— Delivering an effective and safe service.
— Reviewing their demand profile with a view to opportunity for optimization.
— Providing a safe and pro-active pair of hands in implementing the overall solution and those optimization opportunities identified.
— Being pro-active in managing the account and identifying continuous improvement opportunities. And;
— Delivering cost savings.
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
*** The procurement process will be conducted under the Light Touch Regime ***
Type of procedure reads ‘Competitive procedure with negotiation’ due to limitations within the system. Pleasesee the Tender Process and Instructions document for full details.
— —————————————————————————————————————————————-
The contracts for Courier Services are due to expire and / or provide opportunity for the Authorities to join together in securing future provision of services and PPS were requested to review opportunities and potential strategies in relation to the services.
The review highlighted significant potential for the Authorities to work smarter, optimise their demand for services and for cost benefits driven by consolidation of and competition for supply.
A tender process, conducted under the Light Touch Regime (LTR), was recommended and agreed as the vehicle to achieve all elements.
The LTR process will contain the follow steps:
— Issue contract notice.
— Submission of expression of interest and SQ response.
— Evaluate SQ & shortlist bidders.
— Inform bidders of shortlist (in / out) and provide feedback.
— Window for clarification questions.
— Interim identified opportunity submission.
— Opportunity discussion meeting.
— 1st full tender submission.
— Discussion & feedback meeting 1.
— 2nd full tender submission.
— Discussion & feedback meeting 2.
— Best and final tender submission.
— Evaluation.
— Intent to award letters issued.
— Alcatel period (standstill).
— Award letters issued & contract signed
Given the nature of the services required, the market, the (new) potential for collaboration across the Trusts and the potential for further optimisation within each — the Authorities have been unable to fix the entire specification prior to the tender. The LTR provides the Authorities and Bidders with a platform to engage in discussion and feedback with a view to fixing the specification. Forums for discussion and methods of feedback will be standard and equal for all Bidders in the process. In all dealings, with all Bidders, PPS and the Authorities are fully committed to and intend to abide by the principles of equal treatment, transparency and fairness.
Through this tender the Authorities wish to work with Bidders to identify the most optimal shipping profile that can be implemented during the contract life alongside identification of qualified and economically advantageous bids. In identifying the most optimal profile the Authorities wish the suppliers to:
— Analyse the Baseline and Requirements data for opportunities to move away from single item pick-ups and drops
— Detail and explain those opportunities alongside their costs and ease of implementation. And through discussion;
— Challenge the Trusts and validate the opportunities as implementable
The Authorities acknowledge that it may be impossible to fully optimise demand as part of this process and therefore expect, in partnership with the winning bidder, to continue to drive optimisation of existing and new requirement throughout the course of the contract.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The award shall be for a period of 3 years, with the potential for two 1-year extensions.
II.2.9)Information about the limits on the number of candidates to be invited
It is the intention of the Authorities to limit the number of bidders invited to participate in the Tender phase of the Project to a maximum of 5 subject to the below exceptions:
— Bidders with equal scores to the 5th placed bidder, following the evaluation of the SQ stage, will also be invited to participate.
— Bidders with scores within 2 % of the 5th highest score, following the evaluation of the SQ stage, may be invited to participate at the discretion of the Authorities.
— Bidders must score a minimum of 60 % in the evaluation of their response to the standard questionnaire to be considered for the Tender phase of the project.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
The services are to be awarded in one lot to allow both Buyers and Provider to generate greater opportunity for efficiencies.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
See Standard Questionnaire.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
See procurement documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
*** The procurement process will be conducted under the Light Touch Regime ***
Type of procedure reads ‘Competitive procedure with negotiation’ due to limitations within the system. Please see the Tender Process and Instructions document for full details.
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: