The Newcastle upon Tyne Hospitals NHS Foundation Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contract for the Provision of a Inter-Trust Courier Service |
Notice type: | Contract Notice |
Authority: | The Newcastle upon Tyne Hospitals NHS Foundation Trust |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust which will include Pathology Specimens Category B as defined in HSE/HSC 2004 with regard to the transport and handling of dangerous goods by the road in accordance with the European Directive 94/55/EC. The Contractor must comply with all requirements set out for the storage and transport of time and temperature sensitive pharmaceutical products as outlined by World Health Organisation (WHO) Technical Report Series No. 961 Annex 9, the Medicines and Healthcare Products Regulatory Agency (MHRA) Good Distribution Practice (GDP) requirements |
Published: | 29/03/2017 16:04 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Newcastle upon Tyne Hospitals NHS Foundation Trust
Regent Point, Regent Farm Road, Newcastle upon Tyne, NE3 3HD, United Kingdom
Tel. +44 1912137076, Email: lesley.fallon@nuth.nhs.uk
Contact: Lesley Fallon
Main Address: http://www.newcastle-hospitals.org.uk/
NUTS Code: UKC
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Courier-services./5XVWD8M72P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Courier-services./5XVWD8M72P 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: Not provided
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: Contract for the Provision of a Inter-Trust Courier Service
Reference Number: T/17/003
II.1.2) Main CPV Code:
64120000 - Courier services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust which will include Pathology Specimens Category B as defined in HSE/HSC 2004 with regard to the transport and handling of dangerous goods by the road in accordance with the European Directive 94/55/EC. The Contractor must comply with all requirements set out for the storage and transport of time and temperature sensitive pharmaceutical products as outlined by World Health Organisation (WHO) Technical Report Series No. 961 Annex 9, the Medicines and Healthcare Products Regulatory Agency (MHRA) Good Distribution Practice (GDP) requirements
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: The Contract is divided into 3 Lots and Bidders are invited to submit offers for either one Lot or a combination of Lots. The Trust reserves the right to award contract/s for a single Lot or for a combination of Lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Scheduled collections and deliveries
Lot No: T/17/003/01
II.2.2) Additional CPV codes:
64120000 - Courier services.
II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2017 / End: 31/10/2020
This contract is subject to renewal: Yes
Description of renewals: 2 x 12 month periods
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Ad-hoc Regional collection and deliveries
Lot No: T/17/003/02
II.2.2) Additional CPV codes:
64120000 - Courier services.
II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2017 / End: 31/10/2020
This contract is subject to renewal: Yes
Description of renewals: 2 x 12 month extension options
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Ad-hoc National collections and deliveries
Lot No: T/17/003/03
II.2.2) Additional CPV codes:
64120000 - Courier services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2017 / End: 31/10/2020
This contract is subject to renewal: Yes
Description of renewals: 2 x 12 month extension options
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/04/2017 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 4
IV.2.7) Conditions for opening of tenders:
Date: 29/04/2017
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: March 2020
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Newcastle-upon-Tyne:-Courier-services./5XVWD8M72P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5XVWD8M72P
VI.4) Procedures for review
VI.4.1) Review body:
The Newcastle upon Tyne Hospitals NHS Foundation Trust
Regent Point, Regent Farm Road, Newcastle upon Tyne, NE3 3HD, United Kingdom
Tel. +44 1912137524
VI.4.2) Body responsible for mediation procedures:
The Newcastle upon Tyne Hospitals NHS Foundation Trust
Regent Point, Regent Farm Road, Newcastle upon Tyne, NE3 3HD, United Kingdom
Tel. +44 1912137524
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
The Newcastle upon Tyne Hospitals NHS Foundation Trust
Regent Point, Regent Farm Road, Newcastle upon Tyne, NE3 3HD, United Kingdom
Tel. +44 1912137524
VI.5) Date Of Dispatch Of This Notice: 29/03/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Newcastle upon Tyne Hospitals NHS Foundation Trust
Regent Point, Regent Farm Road, Newcastle upon Tyne, NE3 3HD, United Kingdom
Tel. +44 1912137076, Email: lesley.fallon@nuth.nhs.uk
Contact: Lesley Fallon
Main Address: http://www.newcastle-hospitals.org.uk/
NUTS Code: UKC
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Contract for the Provision of a Inter-Trust Courier Service
Reference number: T/17/003
II.1.2) Main CPV code:
64120000 - Courier services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust which will include Pathology Specimens Category B as defined in HSE/HSC 2004 with regard to the transport and handling of dangerous goods by the road in accordance with the European Directive 94/55/EC. The Contractor must comply with all requirements set out for the storage and transport of time and temperature sensitive pharmaceutical products as outlined by World Health Organisation (WHO) Technical Report Series No. 961 Annex 9, the Medicines and Healthcare Products Regulatory Agency (MHRA) Good Distribution Practice (GDP) requirements
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 710,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Scheduled collections and deliveries
Lot No:T/17/003/01
II.2.2) Additional CPV code(s):
64120000 - Courier services.
II.2.3) Place of performance
Nuts code:
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust
II.2.5) Award criteria:
Quality criterion - Name: Vehicle Range and Capabilities / Weighting: 5
Quality criterion - Name: Maximise Efficiencies / Weighting: 5
Quality criterion - Name: Contingency for Breakdown/Accidents / Weighting: 5
Quality criterion - Name: Ad-hoc out of hours requests / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Good Manufacturing Practice / Weighting: 5
Quality criterion - Name: GMP - Outsourced Activities / Weighting: 5
Quality criterion - Name: Standard Operating Procedures / Weighting: 5
Cost criterion - Name: Commercial / Weighting: 60
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Ad-hoc Regional collection and deliveries
Lot No:T/17/003/02
II.2.2) Additional CPV code(s):
64120000 - Courier services.
II.2.3) Place of performance
Nuts code:
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust
II.2.5) Award criteria:
Quality criterion - Name: Vehicle Range and Capabilities / Weighting: 5
Quality criterion - Name: Maximise Efficiencies / Weighting: 5
Quality criterion - Name: Contingency for Breakdown/Accidents / Weighting: 5
Quality criterion - Name: Ad-hoc out of hours requests / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Standard Operating Procedures / Weighting: 5
Quality criterion - Name: Good Manufacturing Practice / Weighting: 5
Quality criterion - Name: GMP - Outsourced Activities / Weighting: 5
Cost criterion - Name: Commercial / Weighting: 60
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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Ad-hoc National collections and deliveries
Lot No:T/17/003/03
II.2.2) Additional CPV code(s):
64120000 - Courier services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: The provision of an Inter-Trust Courier Service is required for The Newcastle upon Tyne NHS Foundation Trust (Lead Trust) and The Northumberland, Tyne and Wear NHS Foundation Trust
II.2.5) Award criteria:
Quality criterion - Name: Vehicle Range and Capabilities / Weighting: 5
Quality criterion - Name: Maximise Efficiencies / Weighting: 5
Quality criterion - Name: Contingency Breakdown/Accident / Weighting: 5
Quality criterion - Name: Ad-hoc Out of Hours / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Quality criterion - Name: Standard Operating Procedures / Weighting: 5
Quality criterion - Name: Good Manufacturing Practice / Weighting: 5
Quality criterion - Name: GMP - Outsourced Activities / Weighting: 5
Cost criterion - Name: Commercial / Weighting: 60
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2017/S 64-120438
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: T/17/003/1
Lot Number: 1
Title: Scheduled Runs
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/10/2017
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
1NE LOGISTICS LTD
1 GREENFIELD BUSINESS CENTRE, GATESHEAD, NE81PQ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 650,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: T/17/003/2
Lot Number: 2
Title: Regional
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/10/2017
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
1NE LOGISTICS LTD
1 GREENFIELD BUSINESS CENTRE, GATESHEAD, NE81PQ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 12,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: T/17/003/3
Lot Number: 3
Title: National
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/10/2017
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
1NE LOGISTICS LTD
1 GREENFIELD BUSINESS CENTRE, GATESHEAD, NE81PQ, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 40,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=283798567
VI.4) Procedures for review
VI.4.1) Review body
The Newcastle upon Tyne Hospitals NHS Foundation Trust
Regent Point, Regent Farm Road, Newcastle upon Tyne, NE3 3HD, United Kingdom
Tel. +44 1912137524
VI.4.2) Body responsible for mediation procedures
The Newcastle upon Tyne Hospitals NHS Foundation Trust
Regent Point, Regent Farm Road, Newcastle upon Tyne, NE3 3HD, United Kingdom
Tel. +44 1912137524
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
The Newcastle upon Tyne Hospitals NHS Foundation Trust
Regent Point, Regent Farm Road, Newcastle upon Tyne, NE3 3HD, United Kingdom
Tel. +44 1912137524
VI.5) Date of dispatch of this notice: 18/10/2017