Tender

Third Party Ambulance Services: Bariatric & AEU

  • London Ambulance Service NHS Trust

F02: Contract notice

Notice identifier: 2023/S 000-013486

Procurement identifier (OCID): ocds-h6vhtk-03c80f

Published 11 May 2023, 3:31pm



Section one: Contracting authority

one.1) Name and addresses

London Ambulance Service NHS Trust

220 Waterloo Road

London

SE1 8SD

Contact

Kitty Whitehead

Email

k.whitehead3@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

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Third Party Ambulance Services: Bariatric & AEU

two.1.2) Main CPV code

  • 85143000 - Ambulance services

two.1.3) Type of contract

Services

two.1.4) Short description

For the avoidance of doubt this tender will be conducted as a 'Light Touch Regime' procedure as the service required falls under Regulation 74 of the Public Contract Regulations 2015. The stages of the evaluation process are detailed within the procurement documents.

The London Ambulance Service (LAS) requires Third Party Ambulance Services. Bidders must be able to provide ambulance services for both bariatric and standard patients and be able to respond to all types of 999 calls, within the area covered by the LAS, which is approximately the geographical area within the London boroughs. The service shall be 'paramedic led' meaning that the most senior clinician on the vehicle for majority of the vehicles provided shall be a qualified Paramedic.

The service will be divided into two Lots with separate contracts being awarded to cover the North and South of London. Whilst bidders may submit a bid for both Lots, they will only be awarded a contract for one Lot, to maximise business continuity and resilience.

It is envisaged that 6 vehicles will be required under each Lot within a 24 hour period (7 days per week, 52 weeks per year) although this may increase for short periods where there is particularly high demand for ambulance services.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 1 - North London

Lot No

1

two.2.2) Additional CPV code(s)

  • 85143000 - Ambulance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This Lot shall provide bariatric and standard ambulance emergency units (AEU) services to cover predominately the North of London, using the Thames river and the M4 motorway as the boundary between North and South. On occasion vehicles may be deployed to patients who are South of this boundary.

The contract shall be awarded for 5 years with an option to extend for a further 2 years.

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: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Contract may be renewed

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is for 5 years with the option to extend for a further 2 years.

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) Description

two.2.1) Title

Lot 2 - South London

Lot No

2

two.2.2) Additional CPV code(s)

  • 85143000 - Ambulance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This Lot shall provide bariatric and standard ambulance emergency units (AEU) services to cover predominately the South of London, using the Thames river and the M4 motorway as the boundary between North and South. On occasion vehicles may be deployed to patients who are North of this boundary.

This contract shall be for 5 years with an option to extend for a further 2 years.

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: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Contract may be renewed

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract shall be for 5 years with the option to extend for a further 2

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Performance to be measured by Key Performance Indicators within the Service Level Agreement


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

19 June 2023

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

Tender must be valid until: 19 December 2023

four.2.7) Conditions for opening of tenders

Date

19 June 2023

Local time

1:00pm


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

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals