Contract notice
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting Change
entity
I.1) Name and addresses
NHS England
Quarry House, Quarry Hill
Leeds
LS2 7UE
UK
Telephone: +44 7808516879
E-mail: russell.greenwood@nhs.net
NUTS: UK
Internet address(es)
Main address: https://www.england.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://nhsengland.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://nhsengland.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned 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://nhsengland.bravosolution.co.uk
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
National Ambulance Resilience Unit (NARU)
II.1.2) Main CPV code
85140000
II.1.3) Type of contract
Services
II.1.4) Short description
The National Ambulance Resilience Unit’s (NARU) main aim is to support the emergency preparedness, resilience and response (EPRR) objectives of NHS England. NARU works on behalf of NHS England to provide a coordinated approach to EPRR and specialist capabilities across NHS ambulance services in England.
Tenders to be submitted via https://nhsengland.bravosolution.co.uk/web/login.html
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71356300
80531200
80561000
85100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The National Ambulance Resilience Unit’s (NARU) main aim is to support the emergency preparedness, resilience and response (EPRR) objectives of NHS England. NARU works on behalf of NHS England to provide a coordinated approach to EPRR and specialist capabilities across NHS ambulance services in England. The unit works with NHS ambulance services to support the development of appropriately trained, equipped and prepared ambulance responders to deal with hazardous or difficult situations, particularly mass casualty incidents that represent a significant risk to health.
The following are the key components of the NARU function:
— capabilities: the development, procurement, maintenance and assurance of national ambulance resilience capabilities. Part of the remit is the management of pass-through funding to NHS ambulance services for interoperable capabilities,
— education: the development and delivery of training and education for NHS staff to maintain national resilience capabilities, including pass-through funding for NHS ambulance services to train staff, including acute hospital staff,
— clinical advice: includes specialist clinical advice in relation to pre-hospital environments and clinical input to and assurance of national resilience capabilities,
— management and operations: management of the NARU service and core operations. Provision of 24/7 on call for incidents to support NHS England.
NARU is part of the delivery of EPRR policy and the NHS ambulance service in England contribution to contest, the United Kingdom’s Strategy for Countering Terrorism and Civil Resilience strategies and the Department of Health and Social Care’s commitments under the UK National Security Strategy and the National Security Council.
The host of the NARU service will provide the support functions such as procurement, human resources and payroll, finance, information communications and technology, information governance and fleet and logistics.
Due to the nature of the work undertaken and the specialist knowledge required it is only possible for this to be undertaken by an English NHS ambulance service.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There will be an option to extend the contract for a further 2 x 1 year periods.
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
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:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 115-282412
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/10/2019
Local time: 12:00
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:
17/10/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This opportunity is limited to NHS Ambulance Trusts in England, therefore please do not apply if you are not an Ambulance Trust.
VI.4) Procedures for review
VI.4.1) Review body
NHS England
Quarry House, Quarry Hill
Leeds
LS2 7UE
UK
VI.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The authority will incorporate a standstill period at the point that information about the actual award of the contract is communicated to tenderers.
That notification will provide information on the award decision. The standstill period, which will be for a minimum of ten (10) calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (as amended) provide remedies under statute for aggrieved parties.
VI.5) Date of dispatch of this notice
13/09/2019