Construction Contract Leads
United Kingdom
Category Goods
Type
No. of Lots 1
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e46f |
Common Procurement Vocabulary | Sirens |
Procurement Method | Open procedure |
Value | £200,000 |
United Kingdom
Category Goods
Type
No. of Lots 1
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e46f |
Common Procurement Vocabulary | Sirens |
Procurement Method | Open procedure |
Value | £200,000 |
Section I: Contracting authority
I.1) Name and addresses
London Ambulance Service NHS Trust
220 Waterloo Road
London
SE1 8SD
Contact
Natalie Almeroth
natalie.almeroth [at] nhs.net
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
I.4) Type of the contracting authority
Other type
Health
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
LAS - Emergency Warning Systems
II.1.2) Main CPV code
- 35240000 - Sirens
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Contracting Authority requires the provision of Emergency Warning Systems for its fleet of operational, unmarked lease cars. This shall be a framework where it is anticipated that more than one supplier will be awarded a place. It will run as a framework in cascade where suppliers will be ranked.
The London Ambulance Service NHS Trust may wish to extend the use of the resulting contract to other Southern Ambulance Services Collaboration (SASC) members. These Trusts will be open to contract directly with the successful Provider as and when required.
The estimated total value shall range from approx. £200,000 up to £500,000 over the term of the contract including any extensions
For further information on the Southern Ambulance Services Collaboration (SASC):
II.1.5) Estimated total value
Value excluding VAT: £200,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 35240000 - Sirens
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
The Contracting Authority requires the provision of Emergency Warning Systems for its fleet of operational, unmarked lease cars. This shall be a framework where it is anticipated that more than one supplier will be awarded a place. It will run as a framework in cascade where suppliers will be ranked.
The London Ambulance Service NHS Trust may wish to extend the use of the resulting contract to other Southern Ambulance Services Collaboration (SASC) members. These Trusts will be open to contract directly with the successful Provider as and when required.The Contracting Authority requires the provision of Emergency Warning Systems for its fleet of operational, unmarked lease cars. This shall be a framework where it is anticipated that more than one supplier will be awarded a place. It will run as a framework in cascade where suppliers will be ranked.
The London Ambulance Service NHS Trust may wish to extend the use of the resulting contract to other Southern Ambulance Services Collaboration (SASC) members. These Trusts will be open to contract directly with the successful Provider as and when required.
The estimated total value shall range from approx. £200,000 up to £500,000 over the term of the contract including any extensions
For further information on the Southern Ambulance Services Collaboration (SASC):
The estimated total value shall range from approx. £200,000 up to £500,000 over the term of the contract including any extensions
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: £200,000
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.2.10) 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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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
26 March 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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
20 February 2025
Local time
9:00am
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
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom