Tender

ID5822 Paramedic Services Tender

  • Stansted Airport Limited

F02: Contract notice

Notice identifier: 2023/S 000-018070

Procurement identifier (OCID): ocds-h6vhtk-03dc64

Published 26 June 2023, 11:19am



Section one: Contracting authority

one.1) Name and addresses

Stansted Airport Limited

Enterprise House, Stansted Airport

Stansted

CM24 1QW

Contact

Gregory Mina

Email

gregory.mina@stanstedairport.com

Telephone

+44 1279272034

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

01990920

Internet address(es)

Main address

https://www.stanstedairport.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://esourcing.waxdigital.co.uk/MAG/SignIn.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Utility

one.5) Main activity

Other activity

Airport-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID5822 Paramedic Services Tender

Reference number

ID5822

two.1.2) Main CPV code

  • 85142000 - Paramedical services

two.1.3) Type of contract

Services

two.1.4) Short description

The Supplier will deliver a 18/7/365 First Aid and Emergency Responder Service to the Stansted Airport estate.

two.1.5) Estimated total value

Value excluding VAT: £3,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Stansted Airport

two.2.4) Description of the procurement

The intention of this Procurement is to source a Supplier which is able to provide First Aid and Emergency Response at Stansted Airport.

The Supplier Shall:

Deliver a 18/7/365 First Aid and Emergency Responder Service to Stansted Airport estate.

Cover the Service with shift times between from 06:00 to midnight which will be the core operational hours.

From contract year FY27 (April 2026 to March 2027) and subsequent years thereafter, there will be an uplift to a 24 service from 1st May to 30th September inclusive due to projected passenger numbers.

More information will be provided to interested parties.

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: £3,500,000

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

Prior to expiry of the Contract, the service will be re-tendered.

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 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.1.8) 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

17 July 2023

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 July 2023

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: 4 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Interested parties are asked to firstly register on Manchester Airport Group's e-tendering system on the Link:

https://esourcing.waxdigital.co.uk/MAG/SignIn.aspx.

Once you have registered please email gregory.mina@stanstedairport.com and advise that you have registered. You will then be given

access to the tender documentation on the portal.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Stansted Airport Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers.

That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar

days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Concessions

Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take

action in the High Court (England, Wales and Northern Ireland).