Opportunity

NOE CPC Specialist Estates Engineering & Maintenance Services (Hard FM)

  • Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")

F02: Contract notice

Notice reference: 2024/S 000-003468

Published 2 February 2024, 10:13am



Section one: Contracting authority

one.1) Name and addresses

Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")

Don Valley House, Savile Street East

Sheffield

S4 7UQ

Contact

Rachel Hopkinson

Email

procurement@noecpc.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.noecpc.nhs.uk

Buyer's address

https://www.noecpc.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NOE CPC Specialist Estates Engineering & Maintenance Services (Hard FM)

Reference number

NOE.0609

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this procurement is to establish a framework for the provision of Specialist Estates Engineering & Maintenance Services (Hard FM). The framework will provide a one stop shop for organisations to fulfil their Specialist Estates Engineering & Maintenance Service (Hard FM) requirements, with suppliers selected for their experience and ability to provide customers with a comprehensive range of services and works that combine quality, value and compliance.
The framework has been designed to facilitate current trends in FM and also to provide a flexible route for Estates and FM departments within contracting authorities to procure services.
The framework Lots have been configured to enable Service Providers to be able to bid for areas within their specialism, making it friendly for SME’s. Service Providers have the option of bidding for one or more Lots within the framework, with NOECPC appointing up to 12 Service Providers for each Lot.

Lot 1 – Airconditioning, Air Handling Units and Refrigeration
Lot 2 – Asbestos Removal
Lot 3 – Automatic Doors and Roller Shutters
Lot 4 – Electrical Works
Lot 5 – Fire Alarm, Emergency Lighting and Fire Fighting Equipment
Lot 6 – Fire Risk Assessments
Lot 7 – Fire Stopping, Compartmentation and Associated Works
Lot 8 – Heating and Plumbing Systems
Lot 9 – Lifts, Hoists and Escalators
Lot 10 – Lightning and Fall Protection Systems
Lot 11 – Medical Gas Systems
Lot 12 – Security Systems
Lot 13 – Standby Power Systems
Lot 14 – Water System Maintenance and Risk Management
Lot 15 - Renewable & Low Carbon Heating Systems
Lot 16 - Solar PV
Lot 17 - General Building, Improvements, Installations, Repairs & Maintenance
Lot 18 - High Secure (Forensic) FM Services
Lot 19 - Managed FM Service

This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login

For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk

two.1.5) Estimated total value

Value excluding VAT: £835,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 – Airconditioning, Air Handling Units and Refrigeration

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 45331230 - Installation work of cooling equipment
  • 45331231 - Installation work of refrigeration equipment
  • 42512000 - Air-conditioning installations
  • 42530000 - Parts of refrigerating and freezing equipment and heat pumps
  • 42514000 - Machinery and apparatus for filtering or purifying gases

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, Healthcare, wider public and charitable sector in the UK to undertake the provision of Airconditioning & Air Handling and Refrigeration Systems Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the Provision of Airconditioning & Air Handling and Refrigeration Systems Installation (supply and fit), Repairs and Servicing to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
· Health & Safety at Work Act
· FGAS regulations
· COSHH 2002
· TM44 - Energy Assessment
· Regulation No. 842/2006 and 41/2008
· HVCA TR/19
· (HTM 03-01) Specialised ventilation for healthcare buildings

The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.

AGH SOLUTIONS LTD (AIREDALE NHS FOUNDATION TRUST)
AIREDALE NHS FOUNDATION TRUST
BARNSLEY FACILITIES SERVICES LIMITED (BARNSLEY HOSPITAL NHS FOUNDATION TRUST)
BARNSLEY HOSPITAL NHS FOUNDATION TRUST
BRADFORD DISTRICT CARE NHS FOUNDATION TRUST
BRADFORD TEACHING HOSPITALS NHS FOUNDATION TRUST
CALDERDALE AND HUDDERSFIELD NHS FOUNDATION TRUST
CALDERDALE AND HUDDERSFIELD SOLUTIONS LIMITED (CALDERDALE AND HUDDERSFIELD NHS FOUNDATION TRUST)
CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST
DERBYSHIRE COMMUNITY HEALTH SERVICES NHS FOUNDATION TRUST
DERBYSHIRE SUPPORT AND FACILITIES SERVICES LIMITED (CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST)
DONCASTER AND BASSETLAW TEACHING HOSPITALS NHS FOUNDATION TRUST
HARROGATE AND DISTRICT NHS FOUNDATION TRUST
HARROGATE HEALTHCARE FACILITIES MANAGEMENT LTD (T/A HARROGATE INTEGRATED FACILITIES LTD)
HULL UNIVERSITY TEACHING HOSPITALS NHS TRUST
HUMBER TEACHING NHS FOUNDATION TRUST
LEEDS AND YORK PARTNERSHIP NHS FOUNDATION TRUST
LEEDS COMMUNITY HEALTHCARE NHS TRUST
LEEDS TEACHING HOSPITALS NHS TRUST
LEICESTERSHIRE PARTNERSHIP NHS TRUST
LINCOLNSHIRE COMMUNITY HEALTH SERVICES NHS TRUST
LINCOLNSHIRE PARTNERSHIP NHS FOUNDATION TRUST
LOCALA COMMUNITY PARTNERSHIPS CIC
MANX CARE
MID YORKSHIRE HOSPITALS NHS TRUST
NHS SOUTH YORKSHIRE INTEGRATED CARE BOARD
NORTHERN CARE ALLIANCE / BUSINESS SERVICES ORGANISATION
NORTHERN LINCOLNSHIRE AND GOOLE NHS FOUNDATION TRUST
NOTTINGHAM UNIVERSITY HOSPITALS NHS TRUST
NOTTINGHAMSHIRE HEALTHCARE NHS FOUNDATION TRUST
ROTHERHAM DONCASTER AND SOUTH HUMBER NHS FOUNDATION TRUST
SHEFFIELD CHILDREN'S NHS FOUNDATION TRUST
SHEFFIELD HEALTH & SOCIAL CARE NHS FOUNDATION TRUST
SHEFFIELD TEACHING HOSPITALS NHS FOUNDATION TRUST
SHERWOOD FOREST HOSPITALS NHS FOUNDATION TRUST
SOUTH WEST YORKSHIRE PARTNERSHIP NHS FOUNDATION TRUST
THE NEWCASTLE UPON TYNE HOSPITALS NHS FOUNDATION TRUST
THE ROTHERHAM NHS FOUNDATION TRUST
UNITED LINCOLNSHIRE HOSPITALS NHS TRUST
UNIVERSITY HOSPITALS OF DERBY AND BURTON NHS FOUNDATION TRUST
UNIVERSITY HOSPITALS OF LEICESTER NHS TRUST
YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST
YORK TEACHING HOSPITAL FACILITIES MANAGEMENT (YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST)
YORKSHIRE AMBULANCE SERVICE NHS TRUST

A full list of current NHS PiP members is available at all times on the below websites.
http://noecpc.nhs.uk/current-members
https://www.commercialsolutions-sec.nhs.uk/
https://www.lpp.nhs.uk/
https://www.eoecph.nhs.uk/

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations:

The NHS in England (National Health Service for the United Kingdom) including but not limited to: Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at:
https://www.england.nhs.uk/publication/nhs-provider-directory
Integrated Care Systems (ICS’s)
https://www.england.nhs.uk/system-and-organisational-oversight/system-directory/
Integrated Care Boards (ICB’s)
https://www.nhs.uk/nhs-services/find-your-local-integrated-care-board/
Department of Health:
https://www.gov.uk/government/organisations/department-of-health
Arm’s Length Bodies:
https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:
https://www.england.nhs.uk/category/stp/
NHS England:
https://www.england.nhs.uk/
Organisation involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services who are a party to any of the following contracts:
- General Medical Services (GMS)
- Personal Medical Services (PMS)
- Alternative Provider Medical Services (APMS)
The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:
NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales:
http://www.wales.nhs.uk/nhswalesaboutus/structure
NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at:
http://www.scot.nhs.uk/organisations/
Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies:
http://online.hscni.net/
Social Enterprise UK:
https://www.socialenterprise.org.uk
Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils)
Local Councils in England, Scotland and Wales:
https://www.gov.uk/find-local-council
Local Authority Councils in Northern Ireland:
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health & Social Care:
https://www.gov.im/about-the-government/departments/health-and-social-care/
The States of Jersey Government and administration including all Government Departments including but not limited to: Health & Social Services:
https://www.gov.je/Government/Departments/Pages/default.aspx
The States of Guernsey (Parliament and government) including but not limited to the Committee for Health & Social Care:
https://www.gov.gg/article/152954/Health-and-Social-Services-Department
Educational Establishments in England including schools and colleges:
https://get-information-schools.service.gov.uk/
Schools in Wales:
https://gov.wales/address-list-schools
Further Education and 6th Form Colleges in the UK:
https://www.gov.uk/government/publications/further-education-colleges-in-the-uk

Continued at Section VI.3 Additional Information

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 – Asbestos Removal

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services
  • 45262660 - Asbestos-removal work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, Healthcare, wider public and charitable sector in the UK to undertake the provision of Asbestos Removal Services.

The Supplier will be required to deliver the Provision of Licenced or Non-licenced Asbestos Removal Services to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations:
· Health and Safety at Work Act 1974
· The Control of Asbestos Regulations (CAR) 2012
· HSG 247 Asbestos: The licensed contractors’ guide
· HSG 248 Asbestos: The analysts guide
· HSG 264 Asbestos: The survey guide
· HSG 210 Asbestos essentials

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 – Automatic Doors and Roller Shutters

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 44115310 - Roller-type shutters
  • 44221200 - Doors
  • 44221230 - Sliding doors
  • 45421142 - Installation of shutters
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, Healthcare, wider public and charitable sector in the UK to undertake the provision of Automatic Doors, Barriers & Roller Shutter Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Automatic Doors, Barriers and Roller Shutter Installation (supply and fit), Repairs and Servicing to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations:
· BS7036 Code of practice for safety at powered doors for pedestrian use
· Health & Safety at Work Act 1974
· Provision and Use of Work Equipment Regulations (PUWER) 199

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4 – Electrical Works

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45317000 - Other electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45315300 - Electricity supply installations
  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOECPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Electric Works (Inc. HV/LV, Portable, Fixed and Periodic Inspections) Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Electric Works (Inc. HV/LV, Portable, Fixed and Periodic Inspections) Installation (supply and fit), Repairs and Servicing. to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations:
- Electricity at Work Regulations 1989
- Electrical Equipment (safety) Regulations 1994
- Provision and use of work Equipment Regulations 1998
- BS 7671:2018+A2:2022 IET Requirements for Electrical Installations
- HTM 06-01 Electrical services supply and distribution
- HTM 06-02: Electrical safety guidance for low voltage systems (inc. Electrical Safety Handbook)
- HTM 06-03 Electrical safety guidance for high voltage systems in healthcare premises

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5 – Fire Alarm, Emergency Lighting and Fire Fighting Equipment

Lot No

Lot 5

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31518200 - Emergency lighting equipment
  • 31625200 - Fire-alarm systems
  • 35100000 - Emergency and security equipment
  • 51700000 - Installation services of fire protection equipment
  • 45312100 - Fire-alarm system installation work
  • 44480000 - Miscellaneous fire-protection equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOECPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Fire Alarm, Emergency Lighting and Fire Fighting Equipment, Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Fire Alarm, Emergency Lighting and Fire Fighting Equipment, Installation (supply and fit), Repairs and Servicing g to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations including, but not limited to:
- Fire Precautions Regulations 1999
- Health and Safety at Work Regulations 1999
- Regulatory Reform (Fire Safety Order) 2005 (including any amendments)
- Fire Safety Act 2021
- Fire Safety (England) Regulation 2022
- Section 156 of the Building Safety Act 2022
- BS 5839-1: 2013 Fire Detection & Fire Alarm systems for buildings - Part 1: Code of practice for system design, installation, commissioning and maintenance of systems in non-domestic buildings.
- BS 5839-6: 2013 Fire Detection & Fire Alarm systems for buildings – Part 6: Code of practice for the design, installation, maintenance of fire detection, and fire alarm systems in dwellings.
- Emergency Lighting BSNEN1838/BS52667:2 Emergency Lighting Systems
- Extinguishers (are maintained to) SBS 5306 part 3 2003
- Replacement Extinguishers comply with BS EN3 1996
- Hose Reels- EN 671 part 3 2000
- Fire Blankets BS EN 1869

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 6 – Fire Risk Assessments

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 75251110 - Fire-prevention services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Fire Risk Assessments.

The Supplier may be required to provide a Service to deliver the following:
Fire Risk Assessments to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
- PAS79 For Fire Risk Assessments
- The Regulatory Reform (Fire Safety) Order 2005 (including any amendments)
- Fire Safety Act 2021
- Fire Safety (England) Regulation 2022
- Section 156 of the Building Safety Act 2022
- HTM 05-01 Managing Healthcare Fire Safety
- HTM 05-02 Fire Safety in the design of healthcare premises
- HTM 05-03 Fire safety in the NHS

The Supplier must have independent registration with, or certification from, a professional or certification body (UKAS Accredited) and that they meet the competency criteria established by the Fire Risk Assessment Competency Council.

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 7 – Fire Stopping, Compartmentation and Associated Works

Lot No

Lot 7

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work
  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45421130 - Installation of doors and windows
  • 45441000 - Glazing work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Fire Risk Assessment Remedial Works Installation (supply and fit), Inspection and Maintenance.

The Supplier may be required to provide a Service to deliver the following:
Fire Stopping and Associated Works, Installation (supply and fit), Inspection and Maintenance to include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works to Contracting Authorities properties that may be identified by FRAs and to comply with the following legislation and other relevant laws and regulations, including but not limited to:
- Fire Regulatory Reform (Fire Safety) Order (FRO) 2005 (including any amendments)
- The Fire Safety (England) Regulations 2022
- Fire Safety Act 2021
- Section 156 of the Building Safety Act 2022
- BS 9991:2015 Fire safety in the design, management and use of residential buildings. Code of practice
- BS 9999: Code of practice for fire safety in the design, management and use of buildings
- BS 476-22: Fire tests on building materials and structures - Method for determination of the fire resistance of non-loadbearing elements of construction
- BS EN 1634-1:2014+A1:2018 - Fire resistance and smoke control tests for door and shutter assemblies, openable windows and elements of building hardware - Fire resistance test for door and shutter assemblies and openable windows
- BS 476-31.1:1983 - Fire tests on building materials and structures - Methods for measuring smoke penetration through doorsets and shutter assemblies - Method of measurement under ambient temperature conditions
- BS EN 1366 - Fire resistance tests for service installations
- BS EN 1634-3. Fire resistance and smoke control tests for door and shutter assemblies, openable windows and elements of building hardware.
- BS 8214:2016 - Timber-based fire door assemblies. Code of practice
- HTM 05-01: Managing healthcare fire safety
- HTM 05-02 Fire safety in the design of healthcare premises
- HTM 05-03 Fire safety in the NHS: Operational provision (Part A-M)

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 8 – Heating and Plumbing Systems

Lot No

Lot 8

two.2.2) Additional CPV code(s)

  • 45232141 - Heating works
  • 45332200 - Water plumbing work
  • 45331110 - Boiler installation work
  • 42160000 - Boiler installations
  • 42161000 - Hot-water boilers
  • 45251200 - Heating plant construction work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 71314310 - Heating engineering services for buildings
  • 39715200 - Heating equipment
  • 45330000 - Plumbing and sanitary works
  • 45333000 - Gas-fitting installation work
  • 50531100 - Repair and maintenance services of boilers
  • 50531200 - Gas appliance maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Heating and Plumbing Systems: Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Heating and Plumbing Systems: Installation (supply and fit), Repairs and Servicing to Contracting Authorities properties to comply with the relevant legislation which includes, but is not limited to:
- Health & Safety at Work Act 1974
- The Gas Safety (Installation and Use) Regulations 1998
- BS 5410. Part 1 1997 Code of practice for oil firing installations up to 45kW output capacity for space heating and hot water supply purposes
- Oil Firing Technical Association OFTEC (recommendations)
- HTM 03-01: Specialised Ventilation for Healthcare Premises: Part A - Design and Validation
- HTM 03-01: Specialised Ventilation for Healthcare Premises: Part B - Operational Management and Performance Verification

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 9 – Lifts, Hoists and Escalators

Lot No

Lot 9

two.2.2) Additional CPV code(s)

  • 42416300 - Hoists
  • 42416400 - Escalators
  • 42416100 - Lifts
  • 45313100 - Lift installation work
  • 42416120 - Goods lifts
  • 42416130 - Mechanical lifts
  • 50750000 - Lift-maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Lifts, Hoists and Escalators Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Lifts, Hoists and Escalators Installation (supply and fit), Repairs and Servicing to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
- EN 13015:2001+A1:2008 Maintenance for lifts and escalators. Rules for maintenance instructions
- Relevant Manufacturer’s Instructions and Recommendations
- Health Technical Memorandum 08-02: Design and maintenance of lifts in the health sector
- Lifting Operations and Lifting Equipment Regulations 1998 (LOLER)

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 10 – Lightning and Fall Protection Systems

Lot No

Lot 10

two.2.2) Additional CPV code(s)

  • 45312310 - Lightning-protection works
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Lightning Protection and Fall Protection Systems Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Lightning Protection and Fall Protection Systems Installation (supply and fit), Repairs and Servicing to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
- Electricity at Work Regulations 1989
- Electrical Equipment (safety) Regulations 1994
- Provision and use of work Equipment Regulations 1998
- Specification – Hard wire testing & Inspection- in line with and in accordance with BS7671:2008
- Testing of Latch Wire and Fall Arrest Systems to BS EN795 and Eye Bolts (anchor devices) to BS7883
- Health and Safety at Work Regulations 1999.
- Working at Heights Regulations 2005

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 11 – Medical Gas Systems

Lot No

Lot 11

two.2.2) Additional CPV code(s)

  • 76000000 - Services related to the oil and gas industry
  • 44161100 - Gas pipelines
  • 76600000 - Pipeline-inspection services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOECPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Medical Gas Systems Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Medical Gas Systems Installation (supply and fit), Repairs and Servicing on Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
- Health and Safety at Work etc Act 1974
- Management of Health and Safety at Work Regulations 1999
- Workplace (Health, Safety and Welfare) Regulations 1992
- Provision and Use of Work Equipment Regulations 1998
- Reporting of Injuries, Diseases and Dangerous Occurrences Regulations 1995
- Control of Substances Hazardous to Health (COSHH) Regulations 2002
- Pressure Equipment Regulations 1999
- Pressure Systems Safety Regulations 2000
- Highly Flammable Liquids and Liquefied Petroleum Gases Regulations 1972
- Medicines Act 1968
- Manual Handling Operations Regulations 1992 (as amended 2002)
- Personal Protective Equipment at Work Regulations 1992
- Electromagnetic Compatibility Regulations 2005
- Electricity at Work Regulations 1989
- Other guidance applicable to medical gas pipeline systems
- Health Technical Memorandum 02-01 – ‘Medical gas pipeline systems’: – Part A: Design, installation, validation and verification- Part B: Operational management – Supplement No 1 – ‘Dental compressed air and vacuum systems’ – Supplement No 2 – ‘Piped medical gases in ambulance vehicles’
- National Health Service Model Engineering Specification C11 – ‘Medical gases’
- European Pharmacopoeia standards for medical gases, including medical compressed air
- Contracting Authority health and safety policy
- Contracting Authority fire policy
- Any other relevant local guidance.

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 12 – Security Systems

Lot No

Lot 12

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Security Systems (Intruder Alarm, CCTV and Access Control, but not limited to.) Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Security Systems (Intruder Alarm, CCTV and Access Control, but not limited to.) Installation (supply and fit), Repairs and Servicing to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
- NPCC Policy: To receive police response for a remotely monitored alarm system, any systems installed after June 2012 must conform to PD6662: 2017 and BS 8243:2021 Installation and configuration of intruder and hold up alarm systems.
- PD6662:2017: Alarm systems installed within the European Union must meet some basic standards in order to be accepted by insurance companies (BSEN50131)
- BS 8243:2021 Set of methods for reducing false alarms generated by intruder and hold up alarm systems
- BS 8418:2021: Design, Installation, Commissioning and Maintenance of Detection-Activated Video Surveillance Systems (VSS)
- ICO CCTV code of practice 2014: Recommendations on how to comply with the Data Protection Act 1998 when operating a CCTV system.
- NCP 109: Design, installation and maintenance of access control systems, including modern tokens and biometrics technology
- NCP 104: Design, installation and maintenance of CCTV systems

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 13 – Standby Power Systems

Lot No

Lot 13

two.2.2) Additional CPV code(s)

  • 31682510 - Emergency power systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Standby Power Systems Installation (supply and fit), Repairs and Servicing. The Standby Power systems covered under this Lot include but not limited to Independent Power Supply (IPS), Uninterruptible Power System (UPS) and Generators.

The Supplier may be required to provide a Service to deliver the Provision of Standby Power Systems, Installation (supply and fit), Repairs and Servicing to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
- Health Technical Memorandum 06-01 Electrical services supply and distribution (2017)
- HTM 06-02 - Electrical safety guidance for low voltage systems
- Electricity at Work Regulations 1989
- Electrical Equipment (safety) Regulations 1994
- Provision and use of work Equipment Regulations 1998
- BS 7671:2018+A2:2022 IET Requirements for Electrical Installations

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 14 – Water System Maintenance and Risk Management

Lot No

Lot 14

two.2.2) Additional CPV code(s)

  • 45332200 - Water plumbing work
  • 45232430 - Water-treatment work
  • 71900000 - Laboratory services
  • 50700000 - Repair and maintenance services of building installations
  • 71800000 - Consulting services for water-supply and waste consultancy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Water System Maintenance, Water Treatment Services and Legionella Testing (including associated Risk Assessment and Monitoring)

The Supplier may be required to provide a Service to deliver the following:
Provision of Water System Maintenance, Water Treatment Services and Legionella Testing (including associated Risk Assessment and Monitoring) to Contracting Authorities properties to comply with the following legislation and other relevant laws and regulations, including but not limited to:
- Health & Safety at Work Act 1974
- Management of Health & Safety at Work Regulations 1999
- ACOP L8 Guidelines for Controlling Legionella in Water Systems
- HSE HSG 274 Part 2 The Control of Legionella in Hot & Cold Water Systems
- COSHH Regulations 2002
- Notification of Cooling Towers and Evaporation Condensers Regulations 1992
- EN1717.2000 Protection against pollution of potable water in water installations
- BS 6920.2.1.2000 Suitability of non-metallic products for use in contact with water intended for human consumption.
- BS6700.2006 Design, installation and testing of services supplying water
- BS8580:2019 Water quality. Risk assessments for Legionella control
- Water Supply (water fittings) Regulations 1999
- HTM 04-01, part A: design, installation and commissioning
- HTM 04-01, part B: operational management

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £10,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 15 - Renewable & Low Carbon Heating Systems

Lot No

Lot 15

two.2.2) Additional CPV code(s)

  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 09331100 - Solar collectors for heat production
  • 09323000 - District heating
  • 45232141 - Heating works
  • 45251200 - Heating plant construction work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45100000 - Site preparation work
  • 39715200 - Heating equipment
  • 71314200 - Energy-management services
  • 71314000 - Energy and related services
  • 71314310 - Heating engineering services for buildings
  • 38550000 - Meters
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 45331100 - Central-heating installation work
  • 45331110 - Boiler installation work
  • 42160000 - Boiler installations
  • 42161000 - Hot-water boilers
  • 42515000 - District heating boiler
  • 42500000 - Cooling and ventilation equipment
  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 45331200 - Ventilation and air-conditioning installation work
  • 42530000 - Parts of refrigerating and freezing equipment and heat pumps
  • 42533000 - Parts of heat pumps
  • 45232140 - District-heating mains construction work
  • 45331210 - Ventilation installation work
  • 50721000 - Commissioning of heating installations
  • 71321200 - Heating-system design services
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 09123000 - Natural gas
  • 45000000 - Construction work
  • 09330000 - Solar energy
  • 44200000 - Structural products
  • 31100000 - Electric motors, generators and transformers
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOECPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework (Hard FM) Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Renewable and Low Carbon Heating Systems: Installation (supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Heating and Plumbing Systems: Installation (fit), Supply and Installation, Design & Installation and Design, Supply and Fit. The services may also include Repairs, Servicing & Maintenance to Contracting Authorities properties and they are to comply with the relevant legislation, Health Technical Memoranda and standards which include, but are not limited to:
- Health & Safety at Work Act 1974
- The Gas Safety (Installation and Use) Regulations 1998
- Health Technical Memorandum 03-01 Specialised Ventilation for Healthcare Buildings
- Health Technical Memorandum 03-01 Specialised Ventilation for Healthcare Buildings Part A: -Design and Validation
- Health Technical Memorandum 03-01 Specialised Ventilation for Healthcare Buildings Part B: - Operational Management and Performance Verification
- The Gas Safety Installation and Use Regulations
- BS EN 12828 Heating systems in buildings - Design for water-based heating systems
- EU F Gas and Ozone-Depleting Substances (ODS) Regulations
- ISO:13612
- MIS 3005-I For Heat Pump Installation
- BS EN 14511
- BS EN 378
- BS EN 15450
- BS EN 12831
- BS EN 14825:2022
- HVCA TR30 Guide to good practice – heat pumps
- CIBSE Guide B4 Refrigeration and heat rejection
- BS EN 14336 Heating systems in buildings - Installation & commissioning of water based heating systems
- BS EN 12976
- BS EN 5918
- All Renewable technologies to carry the CE Mark of European Conformity, to confirm compliance with EU consumer safety, health, and environmental requirements

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 16 - Solar PV

Lot No

Lot 16

two.2.2) Additional CPV code(s)

  • 09331200 - Solar photovoltaic modules
  • 45311100 - Electrical wiring work
  • 45261215 - Solar panel roof-covering work
  • 09331000 - Solar panels
  • 09332000 - Solar installation
  • 09330000 - Solar energy
  • 44200000 - Structural products
  • 31100000 - Electric motors, generators and transformers
  • 45100000 - Site preparation work
  • 45315300 - Electricity supply installations
  • 45317000 - Other electrical installation work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50700000 - Repair and maintenance services of building installations
  • 71314100 - Electrical services
  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOECPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework (Hard FM) Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of Solar PV (Photovoltaic) Systems: Installation (installation, design &fit, design, supply and fit), Repairs and Servicing.

The Supplier may be required to provide a Service to deliver the following:
Provision of Solar PV (Photovoltaic) Systems: Installation (fit), Supply and Installation, Design & Installation and Design, Supply and Fit. The services may also include Repairs, Servicing, Maintenance and cleaning to Contracting Authority sites to comply with the relevant legislation which includes, but is not limited to:
- Health & Safety at Work Act 1974
- Building Regulations
- The Electricity at Work Regulations
- BS7671
- MCS 3002
- IET Code of Practice for Grid Connected Soar Photovoltaic Systems
- All Renewable technologies to carry the CE Mark of European Conformity, to confirm compliance with EU consumer safety, health, and environmental requirements
- BS EN IEC 61730-1:2018-Photovoltaic (PV) module safety qualification
- BS EN 62446-1:2016+A1:2018 (Photovoltaic (PV) systems. Requirements for testing, documentation and maintenance Grid connected systems. Documentation, commissioning tests and inspection)
- BS EN IEC 61215-1:2021

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 17 - General Building, Improvements, Installations, Repairs & Maintenance

Lot No

Lot 17

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45324000 - Plasterboard works
  • 45210000 - Building construction work
  • 45310000 - Electrical installation work
  • 45400000 - Building completion work
  • 45421100 - Installation of doors and windows and related components
  • 71200000 - Architectural and related services
  • 71500000 - Construction-related services
  • 45300000 - Building installation work
  • 44220000 - Builders' joinery
  • 45100000 - Site preparation work
  • 45260000 - Roof works and other special trade construction works
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45220000 - Engineering works and construction works
  • 45320000 - Insulation work
  • 45330000 - Plumbing and sanitary works
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45350000 - Mechanical installations
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45430000 - Floor and wall covering work
  • 45440000 - Painting and glazing work
  • 45421152 - Installation of partition walls
  • 45450000 - Other building completion work
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 34953000 - Access ramps
  • 70000000 - Real estate services
  • 79993000 - Building and facilities management services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOECPC) requires innovative and

customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework (Hard FM) Framework, which will be available to Contracting Authorities across the NHS, healthcare, wider public and charitable sector in the UK to undertake the provision of General Building, Improvements, Installations, Repairs and Maintenance.

The Supplier may be required to provide a Service to deliver the following:
Provision of General Building, Improvements, Installations, Repairs and Maintenance to Participating Authorities properties to comply with the relevant legislation, guidance and Health Technical Memoranda which includes, but is not limited to:
- The Building Regulations and all approved Documents
- The Building Safety Act 2022, as may be amended from time to time
- Health and Safety at Work etc. Act 1974
- Workplace (Health, Safety and Welfare) Regulations 1992
- The Management of Health and Safety at Work Act 1999
- The Gas Safety (Installation and Use) Regulations 1998
- The Construction (Design & Management) Regulations 2015 “CDM Regulations 2015”
- Health Technical Memorandum 07-07 Building Planning and Construction in the health sector (Sustainable health and social care buildings: Planning, design, construction and refurbishment)
- Health Building Notes (HBN) , where applicable
- The Construction Playbook
- The NHS Net Zero Building Standard, where required
- Personal Protective Equipment at Work Regulations 2018
- Asbestos Licencing Regulations 1998
- Control of Asbestos Regulations 2012
- The Gas Safety Installation and Use Regulations
- CIBSE Guides
- The Environmental Protection Act 1990

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 18 - High Secure (Forensic) FM Services

Lot No

Lot 18

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 79993100 - Facilities management services
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOE CPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will mainly be available to member NHS Trusts, but may include non-members and other public sector organisations to undertake the provision of High Secure (Forensic) FM Services and High Secure other Estates and Environments for all or a number of the Estates Maintenance & Engineering (Hard FM) Services covered in the individual Lots:

- Air Conditioning, Air Handling Units and Refrigeration
- Asbestos Removal
- Automatic Doors, Barriers and Roller Shutters
- Heating and Plumbing Systems
- Electrical Works
- Fire Alarm, Emergency Light and Fire Fighting Equipment
- Fire Doors
- Fire Risk Assessments
- Fire Risk Assessment Remedial Works
- Lifts, Hoists and Escalators
- Lightning Protection and Fall Protection
- Medical Gas Systems
- Security Systems
- Water Systems Maintenance

- UPS and Generator Systems
- Additional Estates Maintenance & Engineering (Hard FM) Services (including but not limited to Energy Management).

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £120,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot. 19 - Managed FM Service

Lot No

Lot 19

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 79993100 - Facilities management services
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

The North of England Commercial Procurement Collaborative (NOECPC) requires innovative and customer facing Suppliers to join the Specialist Estates Engineering & Maintenance Services Framework, which will be available to Contracting Authorities across the healthcare, wider public and charitable sector in the UK to undertake the provision of Managed FM Service for all or a number of the Specialist Estates Engineering & Maintenance Services covered in the individual Lots:

- Air Conditioning, Air Handling Units and Refrigeration
- Asbestos Removal
- Automatic Doors, Barriers and Roller Shutters
- Heating and Plumbing Systems
- Electrical Works
- Fire Alarm, Emergency Light and Fire Fighting Equipment
- Fire Risk Assessments
- Fire Risk Assessment Remedial Works
- Lifts, Hoists and Escalators
- Lightning Protection and Fall Protection
- Medical Gas Systems
- Security Systems
- Water Systems Maintenance
- UPS and Generator Systems
- Additional Estates Maintenance & Engineering (Hard FM) Services

For further information of eligible entities please see Lot 1 – Section II.2.4

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £120,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See SQ/ITT

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See SQ/ITT

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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 agreement will not exceed 4 years in duration.

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Participating Authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this framework agreement.

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

4 March 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 March 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Higher Education Recognised or listed bodies in the UK offering degree-level courses:
https://www.gov.uk/check-a-university-is-officially-recognised
Schools in Scotland including primary, secondary and special schools:
https://education.gov.scot/parentzone/
Educational Establishments in Scotland:
http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments
Schools and Educational Establishments in Northern Ireland:
https://www.education-ni.gov.uk/services/schools-plus
Higher Education Universities and Colleges in Northern Ireland:
https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces.
https://www.police.uk/pu/find-a-police-force/
England Fire and Rescue Services
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
Scottish Fire & Rescue Services
http://www.firescotland.gov.uk/your-area.aspx
Welsh Fire & Rescue Services
http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en
Northern Ireland Fire & Rescue Service
https://www.nifrs.org/
UK Maritime & Coastguard Agency
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening
Registered charities in England and Wales:
https://www.gov.uk/find-charity-information
Registered charities in Scotland:
https://www.oscr.org.uk/charities
Registered charities in Northern Ireland:
http://www.charitycommissionni.org.uk/charity-search/
Ministry of Defence (MOD):
https://www.gov.uk/government/organisations/ministry-of-defence
Ministry of Justice (MOJ)
https://www.gov.uk/browse/justice/prisons-probation
Registered social landlords, government funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives.
England:
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Scotland:
https://www.housingregulator.gov.scot/landlord-performance/landlords
Wales:
http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
Northern Ireland:
https://www.nidirect.gov.uk/contacts/housing-associations

Any other public sector and government organisations, including, but not limited to, those listed at; Departments, agencies and public bodies
https://www.gov.uk/government/organisations

six.4) Procedures for review

six.4.1) Review body

North of England Commercial Procurement Collaborative (NOE CPC)

Savile Street East,

Sheffield,

S4 7UQ

Country

United Kingdom

Internet address

https://www.noecpc.nhs.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.

Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.