Notice Information
Notice Title
ESN Handheld (dual mode)
Notice Description
Provision of a handheld device for deployment in emergency healthcare and adjacent services (dual mode capability - TETRA/ESN)
Lot Information
Lot 1
Provision of a handheld device for deployment in emergency healthcare and adjacent services (dual mode capability - TETRA/ESN)
Options: The initial term of the contract is 5 years. The Authority may (at its sole discretion) extend the Initial term by one or more extension periods by giving the supplier at least sixty (60) Working Days' notice before the end of the initial term or beyond (up to a maximum of 2 years). From the effective date and in accordance with the implementation plan, the supplier shall provide the services to each of the English Ambulance Trusts and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies:(a) South Western Ambulance Service NHS Foundation Trust (SWASFT),(b) East Midlands Ambulance Service NHS Trust (EMAS),(c) East of England Ambulance Service NHS Trust (EEAST),(d) London Ambulance Service NHS Trust (LAS),(e) North West Ambulance Service NHS Trust (NWAS),(f) Isle of Wight NHS Trust (IoW),(g) South Central Ambulance Service NHS Foundation Trust (SCAS),(h) South East Coast Ambulance Service NHS Foundation Trust (SECAmb),(i) West Midlands Ambulance Service University NHS Foundation Trust (WMAS),(j) North East Ambulance Service NHS Foundation Trust (NEAS), and(k) Yorkshire Ambulance Service NHS Trust (YAS).At any time during this Agreement, the Authority is entitled to require the supplier on written notice to provide (and on receipt of such written notice, the supplier shall provide) the services (all or part thereof) to other organisations and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing organisations, including:(a) Welsh Ambulance Service NHS Trust (WAST),(b) Scottish Ambulance Service (SAS),(c) Air Ambulance Charities, including the following:(i) East Anglian Air Ambulance,(ii) Essex and Herts Air Ambulance,(iii) MAGPAS Air Ambulance,(iv) Lincolnshire and Nottinghamshire Air Ambulance,(v) London's Air Ambulance,(vi) Great North Air Ambulance,(vii) North West Air Ambulance,viii) Thames Valley Air Ambulance,(ix) Hampshire and Isle of Wight Air Ambulance,(x) Kent, Surrey and Sussex Air Ambulance,(xi) Cornwall Air Ambulance,(xii) Devon Air Ambulance,(xiii) Dorset and Somerset Air Ambulance,(xiv) Great Western Air Ambulance,(xv) Midlands Air Ambulance,(xvi) The Air Ambulance Service,(xvii) Yorkshire Air Ambulance,(xviii) Wales Ambulance Service;(d) the other NHS Trusts,(e) the NHS Bodies,(f) the law enforcement organisations set out in the list located at URL: https://www.police.uk/forces/ or any replacement or successor URL; and(g) the fire and rescue organisations set out in the list located at URL: https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services or any replacement or successor URL.
Renewal: The initial term of the contract is 5 years. The Authority may (at its sole discretion) extend the Initial term by one or more extension periods by giving the supplier at least sixty (60) Working Days' notice before the end of the initial term or beyond (up to a maximum of 2 years).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02a1c4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015011-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32522000 - Telecommunications equipment
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- £100,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £31,901,881 £10M-£100M
Notice Dates
- Publication Date
- 10 May 20241 years ago
- Submission Deadline
- 30 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Apr 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF HEALTH AND SOCIAL CARE
- Contact Name
- Kevin Alexander
- Contact Email
- kevin.alexander@arp.nhs.uk
- Contact Phone
- +44 7935593008
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 0EU
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLE42 Leeds
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02a1c4-2024-05-10T14:12:54+01:00",
"date": "2024-05-10T14:12:54+01:00",
"ocid": "ocds-h6vhtk-02a1c4",
"description": "The Authority envisages that by the end of the term of the agreement the scope of this procurement may have broadened resulting in an estimated total contract value range of GBP 25 000 000 to GBP 100 000 000. This range includes any additional future services that may be called off under the agreement by the service recipients.1) estimated contract value for the handheld solution as set out in the agreement to all English Ambulance Trusts is GBP 25 000 000 (cumulative cost GBP 20 000 000);2) estimated value for the optional addition of the delivery of Handheld Devices and all the associated services as set out in the Agreement to the Welsh Ambulance Service NHS Trust and the Scottish Ambulance Service is GBP 5 000 000 (cumulative cost by adding the cost for contract type numbered 1 and 2 together is GBP 30 000 000);3) estimated value for the optional addition of the delivery of Handheld Devices and all the associated services as set out in the Agreement to the law enforcement services and fire and rescue services in Great Britain is GBP 35 000 000 (cumulative cost by adding the cost for contract type numbered 1, 2 and 3 together is GBP 65 000 000);4) estimated value for items ordered through the catalogue order process is GBP 15 000 000 (cumulative cost by adding the cost for contract type numbered 1, 2, 3 and 4 together is GBP 80 000 000). 4) estimated value for future projects is GBP 20 000 000 (cumulative cost by adding the cost for contract type numbered 1, 2, 3, 4 and 5 together is GBP 100 000 000). Any selection of bidders will be based solely on the criteria set out for the procurement. If a group of economic operators submit a bid, the group must nominate a lead organisation to interface with the Authority. The Authority may require the group to form a legal entity before entering into the contract in accordance with Regulation 19(6) of the Public Contracts Regulations 2015. Please note that economic operators will need to register for free through the portal referred to in Section I.1) above and obtain log-in details to access the procurement documents. Tenders and all supporting documentation must be priced in pounds sterling. The Authority is not and shall not be liable for any expenses, costs or liabilities incurred by those expressing an interest or negotiating or tendering for this contract opportunity or their associated entities or any other person. The Authority reserves the right not to award a contract, to make whatever changes it sees fit to the structure, timing and rules of the procurement process and to cancel the process in its entirety at any stage.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02a1c4",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ESN Handheld (dual mode)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "32522000",
"description": "Telecommunications equipment"
},
"mainProcurementCategory": "goods",
"description": "Provision of a handheld device for deployment in emergency healthcare and adjacent services (dual mode capability - TETRA/ESN)",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Provision of a handheld device for deployment in emergency healthcare and adjacent services (dual mode capability - TETRA/ESN)",
"value": {
"amount": 100000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The initial term of the contract is 5 years. The Authority may (at its sole discretion) extend the Initial term by one or more extension periods by giving the supplier at least sixty (60) Working Days' notice before the end of the initial term or beyond (up to a maximum of 2 years)."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Please refer to the selection questionnaire guidance. The Authority will evaluate responses to the SQ and select the 5 highest ranking bidders who will be issued with an ISIT unless any other bidders are within half a percentage point (0,50 %) of the fifth placed bidder. In this case, these bidders will also be shortlisted to the next stage of the tender process."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "The initial term of the contract is 5 years. The Authority may (at its sole discretion) extend the Initial term by one or more extension periods by giving the supplier at least sixty (60) Working Days' notice before the end of the initial term or beyond (up to a maximum of 2 years). From the effective date and in accordance with the implementation plan, the supplier shall provide the services to each of the English Ambulance Trusts and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing bodies:(a) South Western Ambulance Service NHS Foundation Trust (SWASFT),(b) East Midlands Ambulance Service NHS Trust (EMAS),(c) East of England Ambulance Service NHS Trust (EEAST),(d) London Ambulance Service NHS Trust (LAS),(e) North West Ambulance Service NHS Trust (NWAS),(f) Isle of Wight NHS Trust (IoW),(g) South Central Ambulance Service NHS Foundation Trust (SCAS),(h) South East Coast Ambulance Service NHS Foundation Trust (SECAmb),(i) West Midlands Ambulance Service University NHS Foundation Trust (WMAS),(j) North East Ambulance Service NHS Foundation Trust (NEAS), and(k) Yorkshire Ambulance Service NHS Trust (YAS).At any time during this Agreement, the Authority is entitled to require the supplier on written notice to provide (and on receipt of such written notice, the supplier shall provide) the services (all or part thereof) to other organisations and any successor bodies thereto that perform any of the functions previously performed by any of the foregoing organisations, including:(a) Welsh Ambulance Service NHS Trust (WAST),(b) Scottish Ambulance Service (SAS),(c) Air Ambulance Charities, including the following:(i) East Anglian Air Ambulance,(ii) Essex and Herts Air Ambulance,(iii) MAGPAS Air Ambulance,(iv) Lincolnshire and Nottinghamshire Air Ambulance,(v) London's Air Ambulance,(vi) Great North Air Ambulance,(vii) North West Air Ambulance,viii) Thames Valley Air Ambulance,(ix) Hampshire and Isle of Wight Air Ambulance,(x) Kent, Surrey and Sussex Air Ambulance,(xi) Cornwall Air Ambulance,(xii) Devon Air Ambulance,(xiii) Dorset and Somerset Air Ambulance,(xiv) Great Western Air Ambulance,(xv) Midlands Air Ambulance,(xvi) The Air Ambulance Service,(xvii) Yorkshire Air Ambulance,(xviii) Wales Ambulance Service;(d) the other NHS Trusts,(e) the NHS Bodies,(f) the law enforcement organisations set out in the list located at URL: https://www.police.uk/forces/ or any replacement or successor URL; and(g) the fire and rescue organisations set out in the list located at URL: https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services or any replacement or successor URL."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKE42"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://health.atamis.co.uk",
"communication": {
"atypicalToolUrl": "http://health.atamis.co.uk"
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-04-30"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": true
},
"parties": [
{
"id": "GB-FTS-43",
"name": "Department of Health and Social Care",
"identifier": {
"legalName": "Department of Health and Social Care"
},
"address": {
"streetAddress": "39 Victoria Street",
"locality": "London",
"region": "UKI32",
"postalCode": "SW1H 0EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kevin Alexander",
"email": "kevin.alexander@arp.nhs.uk",
"url": "http://health.atamis.co.uk",
"telephone": "+44 7935593008"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
"buyerProfile": "https://www.gov.uk/government/organisations/department-of-health-and-social-care",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-497",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "generaloffice@administrativecourtoffice.justice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/courts-tribunals"
}
},
{
"id": "GB-FTS-113399",
"name": "Sepura Ltd",
"identifier": {
"legalName": "Sepura Ltd",
"id": "4353801"
},
"address": {
"streetAddress": "9000 Cambridge Research Park, Beach Drive, Waterbeach, Cambridge. CB25 9TL",
"locality": "Cambridge",
"region": "UKH12",
"postalCode": "CB259TL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1223876000"
},
"roles": [
"supplier"
],
"details": {
"url": "http://WWW.Sepura.com",
"scale": "large"
}
},
{
"id": "GB-FTS-1661",
"name": "The High Court",
"identifier": {
"legalName": "The High Court"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
],
"details": {
"url": "https://www.judiciary.uk/courts-and-tribunals/high-court/"
}
}
],
"buyer": {
"id": "GB-FTS-43",
"name": "Department of Health and Social Care"
},
"language": "en",
"awards": [
{
"id": "015011-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"value": {
"amount": 8800000,
"currency": "GBP"
},
"description": "Key elements of manufacturing and component supply (estimated to represent 40% of accessory and devices charge)"
},
"suppliers": [
{
"id": "GB-FTS-113399",
"name": "Sepura Ltd"
}
]
}
],
"contracts": [
{
"id": "015011-2024-1",
"awardID": "015011-2024-1",
"status": "active",
"value": {
"amount": 31901881,
"currency": "GBP"
},
"dateSigned": "2024-04-11T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}