Tender

LAS - Emergency Warning Systems

  • London Ambulance Service NHS Trust

F02: Contract notice

Notice identifier: 2025/S 000-005995

Procurement identifier (OCID): ocds-h6vhtk-04e46f

Published 19 February 2025, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

London Ambulance Service NHS Trust

220 Waterloo Road

London

SE1 8SD

Contact

Natalie Almeroth

Email

natalie.almeroth@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

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

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/