Award

ESN Handheld (dual mode)

DEPARTMENT OF HEALTH AND SOCIAL CARE

This public procurement record has 2 releases in its history.

Award

10 May 2024 at 13:12

Tender

31 Mar 2021 at 16:46

Summary of the contracting process

The Department of Health and Social Care has awarded a contract for the provision of ESN Handheld (dual mode) devices to Sepura Ltd. The procurement process was classified as a competitive procedure with negotiation and the contract was valued at £31,901,881. The handheld devices are intended for emergency healthcare deployment, and the procurement was carried out using a selective method.

This tender presents an opportunity for businesses in the telecommunications equipment industry to compete for supplying handheld devices for emergency healthcare and adjacent services. The procurement stage was marked as complete, and the key dates associated with this contract are the award date of 10th May 2024. Businesses specialised in manufacturing and component supply related to emergency services should consider engaging with Department of Health and Social Care for potential future opportunities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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).

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

SEPURA

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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
            }
        ]
    }
}