Opportunity

SUSTAINABLE TRANSPORT AND INFRASTRUCTURE (10235)

  • NHS Shared Business Services Limited

F02: Contract notice

Notice reference: 2023/S 000-005096

Published 20 February 2023, 5:43pm



Section one: Contracting authority

one.1) Name and addresses

NHS Shared Business Services Limited

Three Cherry Tree Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

Contact

Brindsley Foster

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Companies House

05280446

Internet address(es)

Main address

https://www.sbs.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://discovery.ariba.com/rfx/15357333

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

https://www.sbs.nhs.uk/nhs-sbs-about-us

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SUSTAINABLE TRANSPORT AND INFRASTRUCTURE (10235)

Reference number

NHS SBS 10235

two.1.2) Main CPV code

  • 98351000 - Car park management services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Shared Business Services act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.

NHS Shared Business Services Limited (NHS SBS) intends to put in place a Framework Agreement for the provision of Sustainable Transport & Infrastructure and related Goods, Works and Services to be used by NHS SBS Approved Organisations.

Our Approved Organisation list can be found on:

https://sbs.nhs.uk/proc-framework-agreements-support

The Framework will be structured using the following Lots;

Lot 1 - Sustainable Transport Consultancy

Lot 2 - Cycle Parking & Infrastructure

Lot 3 - Micro-mobility

Lot 4a - Low Carbon Deliveries

Lot 4b - Electric Tugs

Lot 5 - Electric Vehicle Charging Solutions

Lot 6 - Design, Build & Finance of Sustainable Car Parks

Lot 7 - Design, Build, Finance & Operate Sustainable Car Parks

Lot 8 - Car Park Management

Lot 9 - Car Park Equipment & Maintenance

We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

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

Sustainable Transport Consultancy

Lot No

1

two.2.2) Additional CPV code(s)

  • 71311200 - Transport systems consultancy services
  • 72224000 - Project management consultancy services
  • 90711000 - Environmental impact assessment other than for construction
  • 90712100 - Urban environmental development planning
  • 90713000 - Environmental issues consultancy services
  • 90714000 - Environmental auditing

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 1 - Sustainable Transport Consultancy

The development of strategies to support the delivery of NHS Green Plans through research, investigation, audits, feasibility studies, analysis, design and proposal of sustainable transport solutions and associated savings potential.

Bidders will deliver all of the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 3 (Small to Medium Enterprises) &3 (Large enterprises) bidders for Lot 1.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot.

Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £25,000,000

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: No

two.2) Description

two.2.1) Title

Cycle Parking & Infrastructure

Lot No

2

two.2.2) Additional CPV code(s)

  • 34913510 - Bicycle locks

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 2 - Cycle Parking Infrastructure

The objective of this Lot is to provide safe and secure storage facilities for users of bicycles and other forms of micro-mobility.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 5 bidders for Lot 2.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £12,500,000

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: No

two.2) Description

two.2.1) Title

Micro-mobility

Lot No

3

two.2.2) Additional CPV code(s)

  • 34421000 - Motor scooters
  • 34422000 - Cycles with auxiliary motors
  • 34430000 - Bicycles

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

The objective of this service is to provide expertise, planning and implementation of micro-mobility schemes for Approved Organisations. These schemes will minimise the environmental impact of travel by offering alternative methods of transport (such as electric bikes, cargo bikes and pedal bikes), and encourage use of the alternative methods of commuting by developing and implementing effective strategies, and through education and marketing.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 5 bidders for Lot 3.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £12,500,000

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: No

two.2) Description

two.2.1) Title

Low Carbon Deliveries

Lot No

4a

two.2.2) Additional CPV code(s)

  • 34430000 - Bicycles
  • 60130000 - Special-purpose road passenger-transport services
  • 64100000 - Post and courier services

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 4a - Low Carbon Delivery

To provide the right mode of sustainable deliveries via low carbon and energy efficient vehicles. Sustainable methods for delivery in line with weight, class and destination and to provide a safe secure efficient and low carbon delivery service for medical and non-medical items.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 8 suppliers regionally allocated (3 per region) bidders for Lot 4a.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £15,000,000

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: No

two.2) Description

two.2.1) Title

Electric Tugs

Lot No

4B

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 4b - Electric Tugs

This Lot comprises the purchase, hire and maintenance of electric tugs and battery powered machines designed to move heavy loads, both indoors and outdoors.

The use of these assets should improve health and safety, reduce risk of injuries (compared to manual handling), drive operational efficiency and reduce carbon output for the Approved Organisation as an alternative to petrol or diesel fuelled options.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 5 suppliers' bidders for Lot 4b.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £15,000,000

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: No

two.2) Description

two.2.1) Title

Electric Vehicle Charging Solutions

Lot No

5

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 30162000 - Smart cards
  • 30237280 - Power supply accessories
  • 31158100 - Battery chargers
  • 31600000 - Electrical equipment and apparatus
  • 32510000 - Wireless telecommunications system
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 42992000 - Special-purpose electrical goods
  • 45000000 - Construction work
  • 48000000 - Software package and information systems

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 5 - Electric Vehicle Charging Solutions

Lot 5 is to plan, propose and implement EV Charging solutions for a diverse user base, including but not limited to fleet, grey fleet and personal vehicles. Solutions should provide the Client with safe, reliable, robust and secure infrastructure, that is easy to use, and always available to the end user.

Scope of services includes the supply, installation, maintenance and back-office systems, grid upgrades, induction, solar panel/PV and battery storage. This Lot also includes the option to fund EV Charging infrastructure, including Hubs.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 4 (Small to Medium Enterprises) &6 (Large enterprises) bidders for Lot 1.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot.

Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £150,000,000

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: No

two.2) Description

two.2.1) Title

Design, Build and Finance of Sustainable Car Parks

Lot No

6

two.2.2) Additional CPV code(s)

  • 34913510 - Bicycle locks
  • 34926000 - Car park control equipment
  • 34970000 - Traffic-monitoring equipment
  • 34996300 - Control, safety or signalling equipment for parking facilities
  • 38700000 - Time registers and the like; parking meters
  • 44112000 - Miscellaneous building structures
  • 45210000 - Building construction work
  • 45223300 - Parking lot construction work
  • 45223310 - Underground car park construction work
  • 45233270 - Parking-lot-surface painting work

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 6 - Car Park Design, Build & Finance

The objective of Lot 6 is to support NHS net zero ambitions by offering sustainable car park design and build that has a lower carbon output than traditionally built car parks, and where possible or defined by the Client as a requirement, adds biodiversity back into the locality. The Client may require that the Supplier considers and incorporates new methods such as Modern Methods of Construction, materials and components that have low or zero carbon output, into the design & build process.

Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 5 suppliers bidders for Lot 6.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

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: No

two.2) Description

two.2.1) Title

Design, Build, Finance & Operate of Sustainable Car Parks

Lot No

7

two.2.2) Additional CPV code(s)

  • 34913510 - Bicycle locks
  • 34926000 - Car park control equipment
  • 34970000 - Traffic-monitoring equipment
  • 34996300 - Control, safety or signalling equipment for parking facilities
  • 38700000 - Time registers and the like; parking meters
  • 44112000 - Miscellaneous building structures
  • 45210000 - Building construction work
  • 45223300 - Parking lot construction work
  • 45223310 - Underground car park construction work
  • 45233270 - Parking-lot-surface painting work

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 7 - Design, Build, Finance & Operate

The objectives, scope and requirements of Lot 8 are the same as Lot 7 but with the additional option of car park management/operation within scope, including car park estate and portfolio management. The car park management/operation contract should be flexible in terms of scope and contract length to suit the Client. The management/operation services can be contracted directly by the Client or by the Supplier. Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 5 bidders for Lot 7.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £130,000,000

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: No

two.2) Description

two.2.1) Title

Car Park Management

Lot No

8

two.2.2) Additional CPV code(s)

  • 98351000 - Car park management services

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 8 - Car Park Management

The objective of Lot 8 is to support the NHS net zero ambitions by providing a car park management service that will improve the patient, staff, and visitor experience by upholding the car parking principles being set out by the Client, and where possible, providing solutions that lower carbon output.

The car park management/operation contract should be flexible in terms of scope and contract length to suit the Client. The management/operation services can be contracted directly by the Client or by the Supplier. Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 5 bidders for Lot 8.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot.

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

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: No

two.2) Description

two.2.1) Title

Car Park Equipment & Maintenance

Lot No

9

two.2.2) Additional CPV code(s)

  • 38730000 - Parking meters
  • 98351110 - Parking enforcement services

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Lot 9 - Car Park Equipment & Maintenance

The objective of Lot 9 is to provide the Client with car park equipment and maintenance services that will support them in achieving their car parking objectives, offering a better parking experience to staff, patients and visitors.

The car park management/operation contract should be flexible in terms of scope and contract length to suit the Client. The management/operation services can be contracted directly by the Client or by the Supplier. Bidders will deliver all the mandatory requirements as detailed in the Specification section of the Framework Agreement.

There are additional Selection Qualification (SQ), Award Questionnaire (AQ) requirements, and Bidder Declarations applicable, and Bidders are asked to respond to these also.

A Framework Agreement will be awarded to a maximum of 5 bidders for Lot 9.

The maximum number of Bidders may increase where 2 or more Bidders have tied scores in last awardable position for the Lot. Additionally, NHS SBS reserves the right to award to any Bidder whose final score is within 1% of the last awardable position of the Lot

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 60%

Cost criterion - Name: Social Value / Weighting: 10%

Cost criterion - Name: Commercial / Weighting: 30%

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: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-020029

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

Date

3 April 2023

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 April 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The value provided in 2.6 is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.

six.4) Procedures for review

six.4.1) Review body

NHS Shared Business Services Limited

Three Cherry Tree Lane. Hemel Hempstead

Hertfordshire

HP2 7AH

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

Internet address

https://www.sbs.nhs.uk/