Non Emergency Patient Transport Tender London
The Royal Free London NHS Foundation Trust is seeking a partner to assist in providing our non emergency patient transport. This may be in the form of a managed service or joint venture partnership.
UK-London: Patient-transport vehicles
2013/S 020-031286
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Royal Free London NHS Foundation Trust
Pond Street
Contact point(s): https://tactica-live.advanced365.com/royalfree
For the attention of: Sandy Mehta
NW3 2QG London
UNITED KINGDOM
Telephone: +44 2077940500
E-mail: sandy.mehta@nhs.net
Fax: +44 2072885715
Internet address(es):
General address of the contracting authority: http://www.royalfree.nhs.uk/
Address of the buyer profile: https://tactica-live.advanced365.com/royalfree
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 20: Supporting and auxiliary transport services
Main site or location of works, place of delivery or of performance: The Royal Free London NHS Foundation Trust, Pond Street, London NW3 2QG.
NUTS code UKI
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
— The Whittington NHS Trust;
— North Middlesex University NHS Trust;
— Barnet and Chase Farm Hospitals NHS Trust;
— Moorefields Eye Hospital NHS Foundation Trust;
— Great Ormond Street Hospital for Children NHS Foundation Trust.
34114122, 60130000
Tenders may be submitted for one or more lots
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
Information about lots
Lot No: 1 Lot title: Non emergency patient transport – Royal Free London NHS Foundation Trust
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
34114122, 60130000
Estimated value excluding VAT:
Range: between 3 000 000 and 30 000 000 GBP
Section III: Legal, economic, financial and technical information
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Pre Qualification Questionnaire.
Section VI: Complementary information
Estimated timing for further notices to be published: 5 – 10 years.
All Espressions Of Interest, Tender submissions and communication must be made via the Procurement Shared Service E-Tendering system located at: https://tactica-live.advanced365.com/royalfree
The Pre Qualification Questionnaire (PQQ) is available on Tactica once you have registered your interest in this tender. The PQQ must be completed in full by 27.2.2013. Failure to comply with these instructions may result in your expression of interest being rejected.
Procurement Shared Service
Level 2 Kenwood Wing, The Whittington Hospital, Magdala Avenue
N19 5NF London
UNITED KINGDOM
E-mail: sandy.mehta@nhs.net
Telephone: +44 2072885907
Internet address: http://www.whittington.nhs.uk/pss
Fax: +44 2077940500
VI.5)Date of dispatch of this notice:24.1.2013