The Princess Alexandra Hospital NHS Trust : Courier Service

  The Princess Alexandra Hospital NHS Trust has published this notice through Delta eSourcing

Notice Summary
Title: Courier Service
Notice type: Contract Notice
Authority: The Princess Alexandra Hospital NHS Trust
Nature of contract: Services
Procedure: Restricted
Short Description: The Princess Alexandra Hospital requests expressions of interest for courier companies, able to provide regular and adhoc courier services. All drivers must be trained in both Good Manufacturing Practice (GMP) and Good Distribution Practice (GDP) and there must be some drivers available that are trained to transport Category A samples.
Published: 26/02/2015 14:36

View Full Notice

UK-Harlow: Courier services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Princess Alexandra Hospital NHS Trust
      Supplies Department,, 1 Mitre Buildings, Kitson Way, Harlow, CM20 1DR, United Kingdom
      Tel. +44 1279827947, Email: joanne.groarke@pah.nhs.uk
      Attn: Joanne Groarke

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      Not Provided

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Courier Service
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 2

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Courier services. The Princess Alexandra Hospital requests expressions of interest for courier companies, able to provide regular and adhoc courier services. All drivers must be trained in both Good Manufacturing Practice (GMP) and Good Distribution Practice (GDP) and there must be some drivers available that are trained to transport Category A samples.
         
      II.1.6)Common Procurement Vocabulary:
         64120000 - Courier services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Not Provided      
      II.1.8)Lots:
         This contract is divided into lots: Not Provided
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided

Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (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 three 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.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (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 three 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 three 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.
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: T3219      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 30/03/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   VI.3)Additional Information: The Princess Alexandra Hospital NHS Trust is a member of the East of England NHS Collaborative Procurement Hub covering the counties of Norfolk, Suffolk, Cambridgeshire, Essex, Hertfordshire and Bedfordshire. Any resultant contract may be for the benefit of other organisations. The selected suppliers will be expected to supply all specified products from within their range as are required by the contracting authority from time to time. Future additions to their ranges will also be included. If and when this requirement is offered to tender, this may be done in whole or in part via electronic means using the internet, and may also be through the medium of an electronic reverse auction. The contract is for the benefit of other participating NHS bodies and any other non NHS bodies which the participants deem necessary for the delivery of services or goods to NHS bodies, local authorities, other government departments or non-departmental public bodies charged with the delivery of healthcare related services.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=133432068
GO-2015226-PRO-6398100 TKR-2015226-PRO-6398099
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 26/02/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Harlow: Courier services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Princess Alexandra Hospital NHS Trust
       Supplies Department,, 1 Mitre Buildings, Kitson Way, Harlow, CM20 1DR, United Kingdom
       Tel. +44 1279827947, Email: joanne.groarke@pah.nhs.uk
       Main Address: http://www.pah.nhs.uk/
       NUTS Code: UK

   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:
      Regional or local authority

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Courier Service            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         64120000 - Courier services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Princess Alexandra Hospital requests expressions of interest for courier companies, able to provide regular and adhoc courier services. All drivers must be trained in both Good Manufacturing Practice (GMP) and Good Distribution Practice (GDP) and there must be some drivers available that are trained to transport Category A samples.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 100,000
                  
         Currency:GBP            

   II.2) Description

      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: Provision of a courier service

      II.2.5) Award criteria:
      Quality criterion - Name: Service Provision / Weighting: 50
      Quality criterion - Name: Contingency Arrangements / Weighting: 20
      Quality criterion - Name: Vehicles / Weighting: 10
      Quality criterion - Name: Customer Service / Weighting: 10
      Quality criterion - Name: Quality Assurance / Weighting: 5
      Quality criterion - Name: Insurance / Weighting: 5
                  
      Price - Weighting: 10
            

      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: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: 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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   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: T3219    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 30/11/2015

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Citysprint Healthcare Limited
             RedCentral, 60 High Street, Redhill, RH1 1SH, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      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: 100,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The Princess Alexandra Hospital NHS Trust is a member of the East of England NHS Collaborative Procurement Hub covering the counties of Norfolk, Suffolk, Cambridgeshire, Essex, Hertfordshire and Bedfordshire. Any resultant contract may be for the benefit of other organisations. The selected suppliers will be expected to supply all specified products from within their range as are required by the contracting authority from time to time. Future additions to their ranges will also be included. If and when this requirement is offered to tender, this may be done in whole or in part via electronic means using the internet, and may also be through the medium of an electronic reverse auction.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=213472958

   VI.4) Procedures for review

      VI.4.1) Review body
          Centre for Effective Dispute Resolution
          London, United Kingdom

      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
         Not Provided

   VI.5) Date of dispatch of this notice: 05/08/2016