Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Ambulance Service NHS Trust
220 Waterloo Road
London
SE1 8SD
UK
Contact person: Paul Candler
E-mail: p.candler@nhs.net
NUTS: UKI
Internet address(es)
Main address: https://www.londonambulance.nhs.uk
Address of the buyer profile: https://www.londonambulance.nhs.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
LAS - Roster Application
Reference number: C327093
II.1.2) Main CPV code
48100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Provision of a Trust wide roster solution & related services such as implementation, training & ongoing support & maintenance
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48332000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
220 Waterloo Road<br/>London SE1 8SD<br/>UK
II.2.4) Description of the procurement
The London Ambulance Service NHS Trust wishes to appoint a suitable provider for a Trust wide roster solution to replace a legacy system which will be end of life soon. Scope of the contract includes:<br/><br/>- An e-Rostering application accessible both on Trust networked devices & mobile devices used by clinicians<br/>- Interfaces with other Trust systems (dispatch & personnel)<br/>- Implementation services<br/>- Training<br/>- Ongoing support & maintenance of the application.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.<br/><br/>Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:<br/><br/>Phone: 0800 9956035<br/><br/>E-mail: support-health@atamis.co.uk<br/><br/>The awarded contract will be open to all Ambulance Trusts - listed below - to use. Depending on the number of contracts awarded, the value range is expected to be between GBP £0.5million for one Trust to GBP £10Million for all Trusts:<br/><br/>North East Ambulance Service NHS Foundation Trust<br/>Yorkshire Ambulance Service NHS Trust<br/>North West Ambulance Service NHS Trust<br/>West Midlands Ambulance Service University NHS Foundation Trust<br/>East Midlands Ambulance Service NHS Trust<br/>South Western Ambulance Service NHS Foundation Trust<br/>South Central Ambulance Service NHS Foundation Trust<br/>South East Coast Ambulance Service NHS Foundation Trust<br/>London Ambulance Service NHS Trust<br/>East of England Ambulance Service NHS Trust<br/>The Welsh Ambulance Services NHS Trust<br/>The Scottish Ambulance Service
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/02/2025
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
21/02/2025
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
London EC1
London
EC1
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
24/01/2025