Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)NHS South Norfolk Clinical Commissioning Group (CCG) acting as Lead Commissioners, and NHS West Norfolk CCG, NHS North Norfolk CCG & NHS Norwich CCG
Lakeside 400, Broadland Business Park
Contact point(s): NHS Anglia Commissioning Support Unit
For the attention of: Robert Smith
NR7 0WG Norwich
UNITED KINGDOM
Telephone: +44 1603257027
E-mail:
Internet address(es):
Address of the buyer profile: http://www.angliacsu.nhs.uk/
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: Potential providers are advised that the Pre-Qualification Questionnaire (PQQ) is available for download via the BRAVO portal on the East of England Collaborative Procurement Hub - https://eoecph.bravosolution.co.uk/web/login.shtml?_ncp=1366801018675.99403-1
Lakeside 400
Contact point(s): NHS Anglia Commissioning Support Unit
For the attention of: Robert Smith
NR7 0WG Norwich
UNITED KINGDOM
Telephone: +44 1603257027
E-mail:
Internet address: https://eoecph.bravosolution.co.uk/web/login.shtml?_ncp=1366801018675.99403-1
Tenders or requests to participate must be sent to: This procurement will be managed electronically via the BRAVO portal on the East of England Collaborative Procurement Hub. To participate in this procurement, Applicants must first be registered on the procurement system at https://eoecph.bravosolution.co.uk/web/login.shtml?_ncp=1366801018675.99403-1 Once registered you will be able to view the procurement under the tenders section and download the Pre-Qualification Questionnaire (PQQ) for completion and submission via the portal. The project reference number is 0AP/13/0005. The BRAVO Project number is 17917, pqq 646.
Lakeside 400
Contact point(s): NHS Anglia CSU
For the attention of: Robert Smith
NR7 0WG Norwich
UNITED KINGDOM
Telephone: +44 1603257027
E-mail:
Internet address: https://eoecph.bravosolution.co.uk/web/login.shtml?_ncp=1366801018675.99403-1
I.2)Type of the contracting authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Non-Emergency Patient Transport Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Norfolk.
NUTS code UKH13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)NHS Norwich, NHS North Norfolk, NHS South Norfolk and NHS West Norfolk Clinical Commissioning Groups (the Commissioners) require to renew their current arrangements for the provision of Non-Emergency Patient Transport Services (NEPTS) to provide access to a service for those eligible patients who require health related transportation. The service will cover non-urgent, planned transportation of patients with a medical need for transport from home to hospital, hospital to home, home to their designated place of treatment, from their designated place of treatment to home, and between their designated places of treatment. The means of transportation will encompass a wide range of vehicle types and levels of care consistent with the medical needs of the patient. The service is required to commence by no later than 1.10.2014.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:The 4 Clinical Commissioning Groups to be covered by this service cover a population of approximately 750 000.
Estimated value excluding VAT: 25 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: Suitability based on the selection criteria set out in the pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:0AP/13/0005 - BRAVO Project number 17917 - pqq 646
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate21.10.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThis procurement will be managed electronically via the BRAVO portal on the East of England Collaborative Procurement Hub. To participate in this procurement, Applicants must first be registered on the procurement system at https://eoecph.bravosolution.co.uk/web/login.shtml?_ncp=1366801018675.99403-1. Once registered you will be able to view the procurement under the tenders section and download the Pre-Qualification Questionnaire (PQQ) for completion and submission via the portal. The BRAVO Project number is 17917, pqq 646.
If you encounter any difficulties whilst using the system you can contact the support team by phoning +44 800 368 4850, or emailing .
NHS Anglia Commissioning Support Unit is acting on behalf of the Commissioners for the undertaking of the procurement exercise.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:17.10.2013