Tender

LAS - Roster Application

  • London Ambulance Service NHS Trust

F02: Contract notice

Notice identifier: 2025/S 000-002571

Procurement identifier (OCID): ocds-h6vhtk-04d629

Published 24 January 2025, 3:16pm



Section one: Contracting authority

one.1) Name and addresses

London Ambulance Service NHS Trust

220 Waterloo Road

London

SE1 8SD

Contact

Paul Candler

Email

p.candler@nhs.net

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.londonambulance.nhs.uk

Buyer's address

https://www.londonambulance.nhs.uk

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

LAS - Roster Application

Reference number

C327093

two.1.2) Main CPV code

  • 48100000 - Industry specific software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

Provision of a Trust wide roster solution & related services such as implementation, training & ongoing support & maintenance

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48332000 - Scheduling software package

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

220 Waterloo Road
London SE1 8SD
UK

two.2.4) Description of the procurement

The London Ambulance Service NHS Trust wishes to appoint a suitable provider for a Trust wide roster solution to replace a legacy system which will be end of life soon. Scope of the contract includes:

- An e-Rostering application accessible both on Trust networked devices & mobile devices used by clinicians
- Interfaces with other Trust systems (dispatch & personnel)
- Implementation services
- Training
- Ongoing support & maintenance of the application.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £500,000

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

two.2.14) Additional information

To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:

Phone: 0800 9956035

E-mail: support-health@atamis.co.uk

The awarded contract will be open to all Ambulance Trusts - listed below - to use. Depending on the number of contracts awarded, the value range is expected to be between GBP £0.5million for one Trust to GBP £10Million for all Trusts:

North East Ambulance Service NHS Foundation Trust
Yorkshire Ambulance Service NHS Trust
North West Ambulance Service NHS Trust
West Midlands Ambulance Service University NHS Foundation Trust
East Midlands Ambulance Service NHS Trust
South Western Ambulance Service NHS Foundation Trust
South Central Ambulance Service NHS Foundation Trust
South East Coast Ambulance Service NHS Foundation Trust
London Ambulance Service NHS Trust
East of England Ambulance Service NHS Trust
The Welsh Ambulance Services NHS Trust
The Scottish Ambulance Service


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

20 February 2025

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

21 February 2025

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London EC1

London

EC1

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit