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
Telephone
+44 7517549768
Country
United Kingdom
NUTS code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
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
website.enquiries@judiciary.gsi.gov.uk
Country
United Kingdom
Internet address
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