- Scope of the procurement
- 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 and Finance of Sustainable Car Parks
- Lot 7. Design, Build, Finance & Operate of Sustainable Car Parks
- Lot 8. Car Park Management
- Lot 9. Car Park Equipment & Maintenance
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
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
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
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom