Type of document: Contract Notice
Country: United Kingdom
Publication Ref: 064641/S 000-2025
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Not applicable
UKPGA UK4: Tender Notice
I) Contracting Authority/Entity
I.1) Name and addresses
Official name: East of England Ambulance Service NHS Trust
National registration number: PBNZ-4155-WXBZ
Postal address: Whiting Way
Town: Melbourn
Region: Cambridgeshire CC
Postal code: SG8 6EN
Country: United Kingdom
Contact Person: Samantha King
Email: tenders@eastamb.nhs.uk
Internet address
I.3) Communication
Tenders or requests to participate must be submitted
Electronically
via
I.4) Type of the contracting authority
Public authority – central government
II) Object
II.1.1) Title
EEAST – Electrical Minor Works
Reference number: ocds-h6vhtk-05ae05
II.1.3) Type of contract
Services
II.1.4) Short description
The East of England Ambulance Service NHS Trust (“the Contracting Authority”) covers the six counties which make up the East of England – Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk, and Suffolk and provides a range of services, but is best known for the 999-emergency service. Our dedicated and skilled staff work 365 days a year, 24 hours a day to make sure patients receive the best possible care.
Our diverse area is spread over about 7,500 square miles and contains a mix of rural, coastal, and urban areas – from Watford to Wisbech and Cromer to Canvey Island. Our services are tailored to meet the needs of each community’s differing environmental and medical needs.
The Contracting Authority employs more than 5,000 staff and 1,000 volunteers to deal with 1,384,547 (2023/24) emergency calls every year. Staff and volunteers are trained and experienced in caring for patients in a variety of situations, ranging from life-threatening illness and injury to less serious situations such as falls in the home or patients with minor injuries.
In addition, the Contracting Authority handles more than 500,000 non-emergency patient journeys to and from routine hospital appointments. Further information regarding the Customer can be obtained from www.eastamb.nhs.uk.
The existing Contracting Authority estate comprises of; one headquarters, three emergency operations centres, depots, ambulance stations and response posts, however it is not able to support the requirements of a modern ambulance service or any possible changes as a result of the Ambulance Response Program (ARP). Therefore, the Contracting Authority’s estate will change as part of the Estate Transformation Plan. Under this plan, a ‘hub and spoke’ model will be created across the whole area served by the Contracting Authority. 18 new hubs will be created, located close to hospital emergency departments. Each will have staff facilities, management, and vehicle workshop facilities.
The Estate Transformation Plan will start to replace the Contracting Authority’s current estate over the lifespan of this contract, and sites are identified for closure, as well as new facilities coming in line. The appointed Supplier must support this transformation.
The Contracting Authority requires a Supplier to provide annual Planned Preventative Maintenance (PPM) and reactive services to the Contracting Authority’s electrical services across the estate.
The provision of electrical services shall include:
• Planned preventative maintenance of electrical services (as detailed in clause 5. Planned Preventative Electrical Maintenance Services)
• Reactive call-out electrical services (as detailed in clause 5. Reactive Callout and Response Times)
• Ad-hoc additional work – including but not limited to minor works and installation (as detailed in clause 6. Ad Hoc/ Remedial/ Additional Work
The frequency of the undertaking of the PPM may change over the lifetime of the contract. Any such changes will be communicated to the Supplier in writing four (4) weeks prior to the change being adopted.
This tender will be a single ‘lot’ tender, covering the sites specified in clause 4. List of Premises (and any further new sites over the contract period).
II.1.7) Total value of the procurement
Value (including VAT)
4,320,000
Value (excluding VAT)
3,600,000
Currency
GBP
II.2) Description
II.2.1) Title
Contract/Lot No
1
II.2.2) CPV codes
Main CPV codes
45310000
50116100
50711000
II.2.5) Award Criteria
Highest precedence first unless weighted otherwise
Quality
Name: Technical Envelope
Weighting: 40.00
Price
Name: Commercial Documents
Weighting: 60.00
II.2.6) Estimated Value
Value (excluding VAT)
3,600,000
Currency
GBP
II.2.7) Contract dates (estimated)
Start
2026-02-01 00:00
End
2029-01-31 23:59
Duration
3 years
Possible extension
2031-01-31 23:59
Extended duration
5 years
This contract is subject to renewal
Yes
Description of renewals
3 year contract with the option to extend for 2 x further periods of 12 months
II.2.11) Information about options
Options: Yes
Description of options
3 year contract with the option to extend for 2 x further periods of 12 month
III) Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Particular suitability
Small and medium-sized enterprises (SME)
Voluntary, community and social enterprises (VCSE)
IV) Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.1) Tender period dates
Enquiry deadline
2025-10-31 17:00
Estimated award decision date
2025-11-24 23:59
IV.2.2) Tender submission deadline
2025-11-07 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
VI) Complementary information
Link to source/bidding documents
Conflicts assessment prepared/revised
Yes
VI.1) Information about recurrence
This is a recurrent procurement
Yes
VI.5) Date of dispatch of this notice
2025-10-13 11:03