Section one: Contracting authority
one.1) Name and addresses
London Ambulance Service NHS Trust
220 Waterloo Road
London
SE1 8SD
Contact
Kitty Whitehead
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
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom