Tender

LAS IUC Network Partners Framework

  • London Ambulance Service NHS Trust

F02: Contract notice

Notice identifier: 2024/S 000-024175

Procurement identifier (OCID): ocds-h6vhtk-0486dc

Published 1 August 2024, 3:22pm



Section one: Contracting authority

one.1) Name and addresses

London Ambulance Service NHS Trust

220 Waterloo Road

London

SE1 8SD

Contact

Kitty Whitehead

Email

londamb.purchasing.requests@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

LAS IUC Network Partners Framework

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The London Ambulance Service is conducting a procurement under the competitive process of the Provider Selection Regime to award a Framework of partners to deliver innovation and resilience in the delivery of the 111/IUC Service. The Network Partners will deliver a proportion of demand and/or support function across LAS contracts, in line with the requirements set out in the 2017 IUC Service Specification. The partners will adhere to LAS operational, governance, compliance, reporting and quality standards, to ensure the partnership delivers a seamless service for patients.

The call-off contracts will be awarded for a set number of cases/calls per annum. The target number of calls per hour is 3 and the call-off contracts will be charged on a 'cost per call' basis


The Framework will be set up as a framework in cascade with the highest ranking bidder following the evaluation process being offered the initial call-off contract that is required. Should further contracts be required and the highest ranking bidder has no additional capacity the contract will be offered to the second highest ranking bidder.

The Framework will be in place for a 2 year period and the individual Call-off contracts will be awarded for durations of between 1 and 2 years.

two.1.5) Estimated total value

Value excluding VAT: £19,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The London Ambulance Service is conducting a procurement under the competitive process of the Provider Selection Regime to award a Framework of partners to deliver innovation and resilience in the delivery of the 111/IUC Service. The Network Partners will deliver a proportion of demand and/or support function across LAS contracts, in line with the requirements set out in the 2017 IUC Service Specification. The partners will adhere to LAS operational, governance, compliance, reporting and quality standards, to ensure the partnership delivers a seamless service for patients.

The call-off contracts will be awarded for a set number of cases/calls per annum. The target number of calls per hour is 3 and the call-off contracts will be charged on a 'cost per call' basis


The Framework will be set up as a framework in cascade with the highest ranking bidder following the evaluation process being offered the initial call-off contract that is required. Should further contracts be required and the highest ranking bidder has no additional capacity the contract will be offered to the second highest ranking bidder.

The Framework will be in place for a 2 year period and the individual Call-off contracts will be awarded for durations of between 1 and 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: £19,000,000

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

Duration in months

24

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

As detailed in the invitation to tender

Minimum level(s) of standards possibly required

Bidders must have a minimum annual turnover of £2m

three.1.3) Technical and professional ability

List and brief description of selection criteria

As detailed in the invitation to tender

Minimum level(s) of standards possibly required

Bidders must be able to evidence having provided a commissioned clinical service to a primary, urgent or emergency care setting


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

6 September 2024

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

four.2.7) Conditions for opening of tenders

Date

6 September 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

The Network Partner Framework will form Tier 2 of a series of outsourced contracts that will provide innovation and resilience support to the LAS in the delivery of the 111 service.

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/