Section one: Contracting authority
one.1) Name and addresses
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Contact
Molly Roast
Country
United Kingdom
NUTS code
UKI32 - Westminster
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health-and-social-care
Buyer's address
https://www.gov.uk/government/organisations/department-of-health-and-social-care
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Handheld Solution
two.1.2) Main CPV code
- 44316400 - Hardware
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Ambulance Radio Programme (ARP) provides NHS ambulance services with emergency mobile communications associated services. The current network services (using the 'Airwave' TETRA network) are due to be replaced by the new Emergency Services Network (ESN) being introduced through a cross-government programme hosted by the Home Office.The Authority is seeking to procure a supplier to ESN Handheld Devices for access to ESN voice services (via the ESN Voice Application) and for supporting handheld applications which may use ESN data services (such as the NMA), Accessories and associated support services.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The Ambulance Radio Programme (ARP) provides NHS ambulance services with emergency mobile communications associated services. The current network services (using the 'Airwave' TETRA network) are due to be replaced by the new Emergency Services Network (ESN) being introduced through a cross-government programme hosted by the Home Office.The Authority is seeking to procure a supplier to ESN Handheld Devices for access to ESN voice services (via the ESN Voice Application) and for supporting handheld applications which may use ESN data services (such as the NMA), Accessories and associated support services.The Supplier shall provide the following Services as detailed in the services description which can be found on the Authority's eTendering portal. (a) Implementation Services(i) Planning and Design(ii) Test(b) Operational Services(i) ESN Handheld Devices (supply)(ii) Accessories (supply)(iii) Support(c) Optional Services(i) Support Desk Integration [TBC](ii) Further Testing Service(iii) Ad-Hoc Services(d) Future Projects(i) Addition to, expansion or enhancement of the Services that may be requested by the Authority.
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: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial term of the contract is 5 years. The Authority may (at its sole discretion) extend the Initial term by one or more extension periods by giving the supplier at least sixty (60) Working Days' notice before the end of the initial term or beyond (up to a maximum of 2 years).
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please refer to the selection questionnaire guidance. The Authority will evaluate responses to the SQ and select the 5 highest ranking bidders who will be issued with an ISIT unless any other bidders are within half a percentage point (0,50 %) of the fifth placed bidder. In this case, these bidders will also be shortlisted to the next stage of the tender process.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial term of the contract is 5 years. The Authority may (at its sole discretion) extend the Initial term by one or more extension periods by giving the supplier at least sixty (60) Working Days' notice before the end of the initial term or beyond (up to a maximum of 2 years). From the effective date and in accordance with the implementation plan, the supplier shall provide the services to each of the English Ambulance Trusts and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies:(a) South Western Ambulance Service NHS Foundation Trust (SWASFT),(b) East Midlands Ambulance Service NHS Trust (EMAS),(c) East of England Ambulance Service NHS Trust (EEAST),(d) London Ambulance Service NHS Trust (LAS),(e) North West Ambulance Service NHS Trust (NWAS),(f) Isle of Wight NHS Trust (IoW),(g) South Central Ambulance Service NHS Foundation Trust (SCAS),(h) South East Coast Ambulance Service NHS Foundation Trust (SECAmb),(i) West Midlands Ambulance Service University NHS Foundation Trust (WMAS),(j) North East Ambulance Service NHS Foundation Trust (NEAS), and(k) Yorkshire Ambulance Service NHS Trust (YAS).At any time during this Agreement, the Authority is entitled to require the supplier on written notice to provide (and on receipt of such written notice, the supplier shall provide) the services (all or part thereof) to other organisations and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing organisations, including:(a) Welsh Ambulance Service NHS Trust (WAST),(b) Scottish Ambulance Service (SAS),(c) Air Ambulance Charities, including the following:(i) East Anglian Air Ambulance,(ii) Essex and Herts Air Ambulance,(iii) MAGPAS Air Ambulance,(iv) Lincolnshire and Nottinghamshire Air Ambulance,(v) London’s Air Ambulance,(vi) Great North Air Ambulance,(vii) North West Air Ambulance,viii) Thames Valley Air Ambulance,(ix) Hampshire and Isle of Wight Air Ambulance,(x) Kent, Surrey and Sussex Air Ambulance,(xi) Cornwall Air Ambulance,(xii) Devon Air Ambulance,(xiii) Dorset and Somerset Air Ambulance,(xiv) Great Western Air Ambulance,(xv) Midlands Air Ambulance,(xvi) The Air Ambulance Service,(xvii) Yorkshire Air Ambulance,(xviii) Wales Ambulance Service;(d) the other NHS Trusts,(e) the NHS Bodies,(f) the law enforcement organisations set out in the list located at URL: https://www.police.uk/forces/ or any replacement or successor URL; and(g) the fire and rescue organisations set out in the list located at URL: https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services or any replacement or successor URL.
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 April 2021
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Authority envisages that by the end of the term of the agreement the scope of this procurement may have broadened resulting in an estimated total contract value range of GBP 25 000 000 to GBP 100 000 000. This range includes any additional future services that may be called off under the agreement by the service recipients.1) estimated contract value for the handheld solution as set out in the agreement to all English Ambulance Trusts is GBP 25 000 000 (cumulative cost GBP 20 000 000);2) estimated value for the optional addition of the delivery of Handheld Devices and all the associated services as set out in the Agreement to the Welsh Ambulance Service NHS Trust and the Scottish Ambulance Service is GBP 5 000 000 (cumulative cost by adding the cost for contract type numbered 1 and 2 together is GBP 30 000 000);3) estimated value for the optional addition of the delivery of Handheld Devices and all the associated services as set out in the Agreement to the law enforcement services and fire and rescue services in Great Britain is GBP 35 000 000 (cumulative cost by adding the cost for contract type numbered 1, 2 and 3 together is GBP 65 000 000);4) estimated value for items ordered through the catalogue order process is GBP 15 000 000 (cumulative cost by adding the cost for contract type numbered 1, 2, 3 and 4 together is GBP 80 000 000). 4) estimated value for future projects is GBP 20 000 000 (cumulative cost by adding the cost for contract type numbered 1, 2, 3, 4 and 5 together is GBP 100 000 000). Any selection of bidders will be based solely on the criteria set out for the procurement. If a group of economic operators submit a bid, the group must nominate a lead organisation to interface with the Authority. The Authority may require the group to form a legal entity before entering into the contract in accordance with Regulation 19(6) of the Public Contracts Regulations 2015. Please note that economic operators will need to register for free through the portal referred to in Section I.1) above and obtain log-in details to access the procurement documents. Tenders and all supporting documentation must be priced in pounds sterling. The Authority is not and shall not be liable for any expenses, costs or liabilities incurred by those expressing an interest or negotiating or tendering for this contract opportunity or their associated entities or any other person. The Authority reserves the right not to award a contract, to make whatever changes it sees fit to the structure, timing and rules of the procurement process and to cancel the process in its entirety at any stage.
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/courts-tribunals
six.4.4) Service from which information about the review procedure may be obtained
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-of-health-and-social-care