Opportunity

Provision of a Fleet & Equipment Asset Management System

  • London Ambulance Service

F02: Contract notice

Notice reference: 2021/S 000-001123

Published 19 January 2021, 11:08pm



Section one: Contracting authority

one.1) Name and addresses

London Ambulance Service

220 Waterloo Raod

London

SE1 8SD

Email

p.candler@nhs.net

Telephone

+44 2074632770

Country

United Kingdom

NUTS code

UKI - LONDON

Internet address(es)

Main address

https://londonambulance.bravosolution.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://londonambulance.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://londonambulance.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Fleet & Equipment Asset Management System

two.1.2) Main CPV code

  • 48100000 - Industry specific software package
    • MA07 - For motor vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

The London Ambulance Service NHS Trust (the Contracting Authority) wishes to procure a replacement Fleet and Equipment Asset Management system along with related services including implementation of the system, training, integration and ongoing support, maintenance & upgrades.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON

two.2.4) Description of the procurement

Provision of a Fleet asset management solution along with associated services including integration, implementation, training, ongoing support and maintenance.

The initial term is 48 months with an option to extend for up to further a 36 months.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 February 2021

Local time

1:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 February 2021

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority is using the BravoSolution eSourcing system to undertake this procurement and any communication should be conducted through the Bravo system.

Technical issues should be addressed to the Bravosolution Help Desk: Phone: 0800 3684850 email:help@bravosolution.co.uk

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 2LL

Country

United Kingdom