Section one: Contracting authority
one.1) Name and addresses
London Ambulance Service NHS Trust
220 Waterloo Road
London
SE1 8SD
Contact
Natalie Almeroth
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
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Other type
Health
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
LAS - Emergency Warning Systems
two.1.2) Main CPV code
- 35240000 - Sirens
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Contracting Authority requires the provision of Emergency Warning Systems for its fleet of operational, unmarked lease cars. This shall be a framework where it is anticipated that more than one supplier will be awarded a place. It will run as a framework in cascade where suppliers will be ranked.
The London Ambulance Service NHS Trust may wish to extend the use of the resulting contract to other Southern Ambulance Services Collaboration (SASC) members. These Trusts will be open to contract directly with the successful Provider as and when required.
The estimated total value shall range from approx. £200,000 up to £500,000 over the term of the contract including any extensions
For further information on the Southern Ambulance Services Collaboration (SASC): https://www.scas.nhs.uk/about-scas/sasc/
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35240000 - Sirens
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Contracting Authority requires the provision of Emergency Warning Systems for its fleet of operational, unmarked lease cars. This shall be a framework where it is anticipated that more than one supplier will be awarded a place. It will run as a framework in cascade where suppliers will be ranked.
The London Ambulance Service NHS Trust may wish to extend the use of the resulting contract to other Southern Ambulance Services Collaboration (SASC) members. These Trusts will be open to contract directly with the successful Provider as and when required.The Contracting Authority requires the provision of Emergency Warning Systems for its fleet of operational, unmarked lease cars. This shall be a framework where it is anticipated that more than one supplier will be awarded a place. It will run as a framework in cascade where suppliers will be ranked.
The London Ambulance Service NHS Trust may wish to extend the use of the resulting contract to other Southern Ambulance Services Collaboration (SASC) members. These Trusts will be open to contract directly with the successful Provider as and when required.
The estimated total value shall range from approx. £200,000 up to £500,000 over the term of the contract including any extensions
For further information on the Southern Ambulance Services Collaboration (SASC): https://www.scas.nhs.uk/about-scas/sasc/
The estimated total value shall range from approx. £200,000 up to £500,000 over the term of the contract including any extensions
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: £200,000
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
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
26 March 2025
Local time
12:00pm
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
20 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
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom