Tender

NHS SBS BUILDING SAFETY AND FIRE COMPLIANCE FRAMEWORK (SBS10509)

  • NHS Shared Business Services Limited

F02: Contract notice

Notice identifier: 2024/S 000-018521

Procurement identifier (OCID): ocds-h6vhtk-03f809

Published 14 June 2024, 4:33pm



Section one: Contracting authority

one.1) Name and addresses

NHS Shared Business Services Limited

Three Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

05280446

Internet address(es)

Main address

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

Buyer's address

https://www.sbs.nhs.uk/proc-construction-estates-frameworks

one.3) Communication

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

https://discovery.ariba.com/rfx/19952983

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://discovery.ariba.com/rfx/19952983

one.4) Type of the contracting authority

Other type

Public Sector Framework Provider 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

NHS SBS BUILDING SAFETY AND FIRE COMPLIANCE FRAMEWORK (SBS10509)

Reference number

SBS10509

two.1.2) Main CPV code

  • 71317200 - Health and safety services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Shared Business Services Limited (NHS SBS) 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 Agreement.

Our Approved Organisation list can be found on:

https://www.sbs.nhs.uk/services/framework-agreements-categories/

NHS SBS intends to put in place a Framework Agreement for the provision of Building Safety and Fire Compliance goods and services to be used by NHS SBS Approved Organisations. It includes the following specialised Lots:

Lot 1: Fire Safety -

Lot 1.1: Passive Fire Safety

Lot 1.2: Active Fire Safety

Lot 1.3: Fire Risk Assessments and Consultancy Services

Lot 2: Asbestos -

Lot 2.1: Asbestos Management

Lot 2.2: Asbestos Removal

Lot 3: Lifts - Maintenance, Design, and Installation

Lot 4: Legionella and Water Treatment Services

Lot 5: PAT Testing

Lot 6: Authorising Engineers

Lot 7: Pneumatic Tube Systems - Maintenance, Design, and Installation

NHS SBS is committed to working with Suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements within the Invitation to Tender.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

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

Fire Safety - Passive Fire Safety

Lot No

1.1

two.2.2) Additional CPV code(s)

  • 35111200 - Firefighting materials
  • 35111500 - Fire suppression system
  • 35111520 - Fire suppression foam or similar compounds
  • 51700000 - Installation services of fire protection equipment
  • 71317200 - Health and safety services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the supply, installation, and maintenance of passive fire safety systems.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 1 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

Fire Safety - Active Fire Safety

Lot No

1.2

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 35111200 - Firefighting materials
  • 35111300 - Fire extinguishers
  • 39525400 - Fire blankets
  • 44480000 - Miscellaneous fire-protection equipment
  • 45312100 - Fire-alarm system installation work
  • 51700000 - Installation services of fire protection equipment
  • 71317200 - Health and safety services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the supply, installation, maintenance, and monitoring of active fire safety systems and equipment.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

Fire Safety - Fire Risk Assessments and Consultancy Services

Lot No

1.3

two.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services
  • 71317000 - Hazard protection and control consultancy services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the provision of risk assessments, consultancy services, design, surveys, and audits related to fire.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

Asbestos - Asbestos Management

Lot No

2.1

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 71317200 - Health and safety services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the provision of surveys, inspections, sampling, monitoring, and emergency response related to asbestos.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

Asbestos - Asbestos Removal

Lot No

2.2

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 71317200 - Health and safety services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the removal of asbestos.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

Lifts - Maintenance, Design, and Installation

Lot No

3

two.2.2) Additional CPV code(s)

  • 42416100 - Lifts
  • 42416120 - Goods lifts
  • 42416130 - Mechanical lifts
  • 50750000 - Lift-maintenance services
  • 71317200 - Health and safety services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the provision of planned and reactive maintenance of lifts, and the design and installation of lifts.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

Legionella and Water Treatment Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 44611500 - Water tanks
  • 45232430 - Water-treatment work
  • 71317200 - Health and safety services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the provision of water treatment and legionella management.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

PAT Testing

Lot No

5

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services
  • 71317200 - Health and safety services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the provision of PAT testing services.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

Authorising Engineers

Lot No

6

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services
  • 71318000 - Advisory and consultative engineering services
  • 71333000 - Mechanical engineering services
  • 71334000 - Mechanical and electrical engineering services
  • 71336000 - Engineering support services

two.2.3) Place of performance

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

UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the provision of authorising engineers for applicable disciplines.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.

two.2) Description

two.2.1) Title

Pneumatic Tube Systems - Maintenance, Design, and Installation

Lot No

7

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot involves the provision of planned and reactive maintenance of pneumatic tube systems, and the design and installation of pneumatic tube systems.

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

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

A Framework Agreement will be awarded to a maximum of 25 Bidders for Lot 2 in each of the following regions: 1. Rest of the UK, and 2. London and the South East.

For all Lots, 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

Quality criterion - Name: Quality Weighting / Weighting: 60%

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

Cost criterion - Name: Price Weighting / Weighting: 30%

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.2.14) Additional information

Successful Suppliers may be requested after award to present their offer in the form of electronic catalogues.


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

Selection criteria as stated in the procurement documents

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: 2023/S 000-025468

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

Date

26 July 2024

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

26 July 2024

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 II.1.5 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 Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

Internet address

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

six.4.4) Service from which information about the review procedure may be obtained

NHS Shared Business Services Limited

Three Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

Email

nsbs.categorymanagementsourcing@nhs.net

Country

United Kingdom

Internet address

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