Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Clinical Decontamination Units - NHS Emergency Capabilities Unit

  • First published: 28 July 2025
  • Last modified: 28 July 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0563ce
Published by:
London Ambulance Service NHS Trust
Authority ID:
AA77948
Publication date:
28 July 2025
Deadline date:
16 August 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

London Ambulance Service on behalf of the NHS Resilience Special Capabilities Unit (NRSCU) are seeking suitable suppliers to provide specialist Decontamination Units structures where the where decontamination of patients can be undertaken. The structure will provide accommodation for clinical procedure where hazardous materials are washed from patients. the requirement will be for 2 different types of unit:Level 1 Decontamination UnitLevel 2 Clinical Decontamination UnitTo support this requirement, a market engagement stage has been undertaken to engage with suitable suppliers and to engage with this specialist market.

Full notice text

Scope

Procurement reference

C337781

Procurement description

London Ambulance Service on behalf of the NHS Resilience Special Capabilities Unit (NRSCU) are seeking suitable suppliers to provide specialist Decontamination Units structures where the where decontamination of patients can be undertaken. The structure will provide accommodation for clinical procedure where hazardous materials are washed from patients. the requirement will be for 2 different types of unit:

Level 1 Decontamination Unit

Level 2 Clinical Decontamination Unit

To support this requirement, a market engagement stage has been undertaken to engage with suitable suppliers and to engage with this specialist market.

Main category

Goods

Additional categories

Services

Delivery regions

  • UK - United Kingdom

Total value (estimated, excluding VAT)

8000000 GBP to 8000000GBP

Contract dates (estimated)

15 October 2025, 00:00AM to 14 October 2032, 23:59PM

Is a framework being established?

Yes

Contracting authority

LONDON AMBULANCE SERVICE NHS TRUST

Identification register:

  • GB-NHS
  • GB-PPON

Address 1: 220 Waterloo Road

Town/City: London

Postcode: SE1 8SD

Country: United Kingdom

NHS Organisation Data Service: RRU

NUTS code: UKI45

Email: londamb.purchasing.requests@nhs.net

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Further information about fees

An Activity Based Income Management Charge (ABI Management Charge) of 1% is payable against this Framework Agreement. In consideration of the award of this Framework Agreement (and any subsequent Call-Off Contracts resulting from this Framework Agreement) and the management and administration by the Authority of the overall contractual structure and associated documentation, the Supplier shall pay to the Authority the ABI Management Charge with payment being made to a nominated bank account of the Authority as notified to the Supplier from time to time. 

Percentage fee charged to suppliers

1.00%

Type of framework

Open

Award method when using the framework

With and without reopening competition

Contracting authorities that may use the framework

• Northeast Ambulance Service NHS Foundation Trust (NEAS)

• Northwest Ambulance Service NHS Trust (NWAS)

• Yorkshire Ambulance Service NHS Trust (YAS)

• West Midlands Ambulance Service NHS Foundation Trust (WMAS)

• East Midlands Ambulance Service NHS Trust (EMAS)

• East of England Ambulance Service NHS Trust (EEAST)

• Southwest Ambulance Service NHS Foundation Trust (SWAST)

• South Central Ambulance Service NHS Foundation Trust (SCAS)

• Southeast Coast Ambulance Service NHS Foundation trust (SECAMB)

• London Ambulance Service NHS Foundation Trust (LAS)

• Welsh Ambulance Service (WAS)

• Scottish Ambulance Service (SAS)

• Northern Ireland Ambulance Service Health and Social Care Trust (NIAS)

• Isle of Wight Ambulance

Framework operation description

Suppliers are being asked to hold their prices for items the first 2 years of the contract, thereafter subject to RPI

Lots

Divided into 2 lots

Level 1 Clinical Decontamination Unit

Lot number: 1

Description

Provisions of units to provide structures for chemicals decontamination of patients to be undertaken, supported by CBRN staff

CPV classifications

  • 34221000 - Special-purpose mobile containers
  • 35113200 - Nuclear, biological, chemical and radiological protection equipment

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

4000000 GBP Excluding VAT

5000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

15 October 2025, 00:00AM

Contract end date (estimated)

14 October 2032, 23:59PM

Description of how multiple lots may be awarded

If multiple lots awarded, suppliers are being asked to provide discount across lots

Award criteria

Type: quality

Name

Technical criteria

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Commercial Criteria

Description

Pricing

Weighting: 40

Weighting type: percentageExact

Level 2 Decontamination Unit

Lot number: 2

Description

Provision of a structure with related ancillaries for the decontamination of patients

CPV classifications

  • 34221000 - Special-purpose mobile containers
  • 35113200 - Nuclear, biological, chemical and radiological protection equipment

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

4000000 GBP Excluding VAT

5000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

15 October 2025, 00:00AM

Contract end date (estimated)

14 October 2032, 23:59PM

Description of how multiple lots may be awarded

If multiple lots awarded, suppliers are being asked to provide discount across lots

Award criteria

Type: quality

Name

Technical Criteria

Weighting: 60

Weighting type: percentageExact

Type: price

Name

Commercial criteria

Weighting: 40

Weighting type: percentageExact

Submission

Tender submission deadline

16 August 2025, 12:00PM

Enquiry deadline

08 August 2025, 12:00PM

Date of award of contract

30 September 2025, 23:59PM

Submission address and any special instructions

Atamis procurement portal https://atamis-1928.my.site.com/s/Welcome

An electronic auction will be used

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
35113200 Nuclear, biological, chemical and radiological protection equipment Safety equipment
34221000 Special-purpose mobile containers Trailers, semi-trailers and mobile containers

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.