- Scope of the procurement
- Lot 1.1. Fire Safety - Passive Fire Safety
- Lot 1.2. Fire Safety - Active Fire Safety
- Lot 1.3. Fire Safety - Fire Risk Assessments and Consultancy Services
- Lot 2.1. Asbestos - Asbestos Management
- Lot 2.2. Asbestos - 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
Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services Limited
Three Trees Lane, Hemel Hempstead
Hertfordshire
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
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
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Internet address
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
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom