By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of Independent Ambulance Support Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

East of England Ambulance Service NHS Trust
Bedford Office Hammond Road
For the attention of: Sue Cousins
MK41 0RG Bedford
UNITED KINGDOM
Telephone: +44 1234243126
E-mail:

Internet address(es):

General address of the contracting authority: http://www.eastamb.nhs.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Independent Ambulance Support Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services

NUTS code UKH

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 30

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 000 000 and 30 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The delivery of ambulance services for emergency, non-emergency, intermediate tier and scheduled transport and suitably qualified staff.
This framework may be used by other Ambulance Service Trusts in England but will be subject to their own validation of services provided.
II.1.6)Common procurement vocabulary (CPV)

85143000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Provision of ad hoc and scheduled requirements to support EEAST provision of services, in support of the Trust's own resources across the region.
Estimated value excluding VAT:
Range: between 1 000 000 and 30 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: Range: between 1 and 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Double-Staffed Ambulances
1)Short description
Provision of fully crewed frontline ambulances responding to 999 emergency calls including use of blue light response.
Calls pre-assessed by healthcare professionals requiring conveyance to a secondary care facility.
2)Common procurement vocabulary (CPV)

85143000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 000 000 and 20 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Rapid Response Vehicle
1)Short description
Provision of fully crewed frontline vehicles responding to 999 emergency calls including use of blue light response.
2)Common procurement vocabulary (CPV)

85143000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 000 000 and 20 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Intermediate Tier Vehicle
1)Short description
An appropriately trained crew in a vehicle equipped to respond to pre-assessed patients for onward conveyance to a secondary care facility. Intermediate Tier Vehicles may also be tasked to attend frontline 999 calls or to back-up frontline crews, as required.
2)Common procurement vocabulary (CPV)

85143000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 000 000 and 10 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Patient Transport Services
1)Short description
Both double and single staffed vehicles equipped to provide pre-planned transportation for an individual or number of individuals, as required.
2)Common procurement vocabulary (CPV)

85143000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 1 000 000 and 10 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Bariatric Vehicle
1)Short description
Appropriately trained staff and suitably equipped vehicles to support EEAST in the removal and conveyance of bariatric patients in both routine and emergency situations.
2)Common procurement vocabulary (CPV)

85143000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 500 000 and 5 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Mental Health Secure Vehicle
1)Short description
Appropriately trained staff and suitably equipped vehicles to support EEAST in the removal and conveyance of mental health patients.
2)Common procurement vocabulary (CPV)

85143000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 500 000 and 5 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Staff Only Provision
1)Short description
Provision of staff to support EEAST at all operational levels. All staff provided must hold the current and appropriate levels of registration and qualifications.
2)Common procurement vocabulary (CPV)

85143000

3)Quantity or scope
Estimated value excluding VAT:
Range: between 500 000 and 10 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
NHS Standard Conditions of Contract for Provision of Services and Supplementary Conditions, as necessary.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: CQC Registration without any pre-conditions to operate.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: CQC Registration, HCPC Registration for appropriate staff.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Last 3 years' accounts.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Ability to provide a health care service, with appropriately trained staff, to the levels required and with equipment and vehicles maintained to the appropriate levels.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Ambulance Service professionals.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 1: and maximum number 30
Objective criteria for choosing the limited number of candidates: Potential tenderers must meet all mandatory requirements of the Pre-Qualification Questionnaire and score in excess of 90% to proceed to the Invitation to Tender stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
13-T32
IV.3.2)Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2012/S 193-317899 of 6.10.2012

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
31.1.2014 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Centre for Effective Dispute Resolution
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 30 days of notice of contract award intention.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Chief Executive, East of England Ambulance Service NHS Trust
Unit 1020 Cambourne Business Park Cambourne
CB23 6DB Cambridge
UNITED KINGDOM
Internet address: http://www.eastamb.nhs.uk

VI.5)Date of dispatch of this notice:
9.12.2013