Opportunity

Northern Ambulance Alliance (NAA) Common CAD (Computer Aided Dispatch) system

  • Yorkshire Ambulance Authority NHS Trust

F02: Contract notice

Notice reference: 2022/S 000-034926

Published 9 December 2022, 12:50pm



Section one: Contracting authority

one.1) Name and addresses

Yorkshire Ambulance Authority NHS Trust

Units 2 and 3, Trinity Business Park, Turner Way

Wakefield

WF2 8EE

Contact

Robert Langthorne

Email

robert.langthorne@nhs.net

Telephone

+44 7517549768

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

https://www.yas.nhs.net

Buyer's address

https://www.yas.nhs.net

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

Northern Ambulance Alliance (NAA) Common CAD (Computer Aided Dispatch) system

Reference number

YAS 53 2022_23

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

Yorkshire Ambulance Service NHS Trust is the contracting authority (the “Authority”) for the appointment of a single supplier to a framework (the “Framework”) on behalf of the NAA Common CAD project. NAA consists of the four Ambulance Services covering the North of England and East Midlands ie North West Ambulance Service NHS Trust, Yorkshire Ambulance Service NHS Trust, East Midlands Ambulance Service NHS Trust, and North East Ambulance Service NHS Foundation Trust.
This is a collaborative procurement between Yorkshire Ambulance Service NHS Trust, North West Ambulance Service NHS Trust and East Midlands Ambulance Service NHS Trust (together the “Participating NAA Trusts”) for the provision of a Common CAD solution. The Framework is to be available to the Participating NAA Trusts referenced above and any other in-scope organisation (as set out below at section VI.3).
To apply for this opportunity please register on ATAMIS portal https://health-family.force.com/s/Welcome

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

The procurement involves the establishment of a framework with one (1) single economic operator.
The NAA Common CAD Framework will comprise CAD services for three Service Lines (ie 999, 111, and Patient Transport Services) each capable of being called off independently or in any permutation at differing times, with associated infrastructure, delivery, development, support, and training services.
The Framework contract is for a duration of seven (7) years. Individual call offs can be up to ten (10) years, with optional 3 x 12 month extensions. The intention of the Participating NAA Trusts referenced above is to call off each of the Service Lines for which they will contract from the Framework for an initial period of 10 years plus optional extensions of up to a total of 3 years.
The Authority seeks to determine the most economically advantageous tender through an evaluation against both price and quality criteria. The Authority holds no preference with regards to the service delivery architecture (such as cloud, hosted, on premise) and will evaluate all submissions based on the criteria specified within the procurement documentation in order to realise the project’s aims and objectives.
The project’s aims and objectives are detailed in the procurement documentation, available as described herein, and encompass the realisation of benefits including improved service efficiency and patient care from cross organisation and cross Service Line interoperability.
The associated Framework and call-off contracts will allow a route to contract that presents an assured and transparent methodology and structure.
To apply for this opportunity please register on, or visit our ATAMIS procurement portal https://health-family.force.com/s/Welcome

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: £240,000,000

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

Duration in months

84

This contract is subject to renewal

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

Selection criteria as stated in the procurement documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

As stated in the procurement documentation

Minimum level(s) of standards possibly required

As stated in the procurement documentation


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 a single operator

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

3 March 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: 30 August 2023

four.2.7) Conditions for opening of tenders

Date

3 March 2023

Local time

12:00pm

Place

https://health-family.force.com/s/Welcome

Information about authorised persons and opening procedure

Electronic opening


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

An interested parties conference will take place virtually via MS Teams on 15/12/22 at 9-11am GMT. The link to the conference can be obtained by contacting yas.naa@nhs.net. The Authority will present an overview of the invitation to tender (“ITT") and provide an opportunity for clarification questions. Any such questions will be logged and responses will subsequently be circulated to all Tenderers via the Atamis portal as soon as possible after the conference. It should be noted that this is not intended to exclude any subsequent requests for clarification which will be resolved by the clarification process described in the procurement documentation.
Tenderers who submit a valid Tender will be expected to deliver an in person presentation and demonstration following submission. Tenderers must notify the Authority of their intention to bid and consequently the request for a presentation and demonstration session by 20/1/2023. Following receipt of an intention to bid, the Tenderer will be notified of provisional details of timings, venue and attendees for the presentation and demonstration session, to be confirmed following receipt of a valid Tender.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

Email

website.enquiries@judiciary.gsi.gov.uk

Country

United Kingdom

Internet address

https://www.justice.gov.uk/

six.4.2) Body responsible for mediation procedures

Yorkshire Ambulance Authority NHS Trust

Units 2 and 3, Trinity Business Park, Turner Way

Wakefield

WF2 8EE

Country

United Kingdom

Internet address

https://www.yas.nhs.net