Section one: Contracting authority
one.1) Name and addresses
London Ambulance Service NHS Trust
220 Waterloo Road
London
SE1 8SD
Contact
Paul Candler
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
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit