Construction Tenders

24 April 2025

Related Information

Construction Contract Leads

London

Category Goods

Type

No. of Lots 1

Status Active

Published 4th Feb 2025

Tender Details
Referenceocds-h6vhtk-047ce9
Common Procurement VocabularyRescue and emergency equipment
Procurement MethodOpen procedure
Value£300,000
« Previous Page

London

Category Goods

Type

No. of Lots 1

Status Active

Published 4th Feb 2025

Tender Details
Referenceocds-h6vhtk-047ce9
Common Procurement VocabularyRescue and emergency equipment
Procurement MethodOpen procedure
Value£300,000

Section I: Contracting authority

I.1) Name and addresses

London Ambulance Service NHS Trust

220 Waterloo Road

London

SE1 8SD

Contact

Lesley Dofoo

Email

londamb.purchasing.requests [at] nhs.net

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.londonambulance.nhs.uk

Buyer's address

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 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

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

Work at Height Personal Protective Equipment (PPE) Framework

II.1.2) Main CPV code

  • 35112000 - Rescue and emergency equipment

II.1.3) Type of contract

Supplies

II.1.4) Short description

On behalf of NHS Resilience Special Capabilities Unit, London Ambulance Service NHS Trust intends to procure Provider(s) to a framework agreement with lots for the provision of Work at Height PPE for all applicable specialist NHS ambulance teams in the UK.
Once established, the proposed framework will provide a compliant procurement route to market for the purchase of Work at Height Personal Protective Equipment (PPE), for all HART (Hazardous Area Response Team) paramedics

II.1.5) Estimated total value

Value excluding VAT: £300,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 35110000 - Firefighting, rescue and safety equipment
  • 35100000 - Emergency and security equipment

II.2.3) Place of performance

NUTS codes
  • UKI - London

II.2.4) Description of the procurement

On behalf of NHS Resilience Special Capabilities Unit, London Ambulance Service NHS Trust intends to procure Provider(s) to a framework agreement with lots for the provision of Work at Height PPE for all applicable specialist NHS ambulance teams in the UK.

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: £300,000

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 III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria

As detailed in the invitation to tender

Minimum level(s) of standards possibly required

As detailed in the invitation to tender

III.1.3) Technical and professional ability

List and brief description of selection criteria

As detailed in the invitation to tender

Minimum level(s) of standards possibly required

As detailed in the invitation to tender


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Framework is for 4 years as allowed by PCR2025

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-021386

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 2025

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

Tender must be valid until: 3 July 2025

IV.2.7) Conditions for opening of tenders

Date

3 February 2025

Local time

12:00pm


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

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/