Section one: Contracting authority
one.1) Name and addresses
London Ambulance Service NHS Trust
220 Waterloo Road
London
SE1 8SD
Contact
Kitty Whitehead
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