Contract

Framework Agreement for the Provision of Estates Sustainability Solutions

  • Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions

F03: Contract award notice

Notice identifier: 2024/S 000-028974

Procurement identifier (OCID): ocds-h6vhtk-04562d

Published 10 September 2024, 2:37pm



Section one: Contracting authority

one.1) Name and addresses

Surrey and Borders Partnership NHS Foundation Trust on behalf of NHS Commercial Solutions

Third Floor, Leatherhead House, Station Road

Leatherhead

KT22 7FG

Contact

NHS Commercial Solutions Estates Team

Email

nhscs.estates@nhs.net

Telephone

+44 1306646822

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.commercialsolutions-sec.nhs.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for the Provision of Estates Sustainability Solutions

Reference number

5472-5408

two.1.2) Main CPV code

  • 90700000 - Environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority has awarded a framework agreement for the provision of estates sustainability solutions.

The framework agreement offers industry-specific opportunities for climate action, whilst building resilience to climate change, to enable the continuation of the delivery of healthcare services. The opportunities the agreement offers for healthcare which, in the context of the UN Sustainable Development Goals, represents the coming together of subject matter expertise, societal demands and climate action to create a more sustainable, inclusive, and future proof path to economic growth, health and well-being to support strategic initiatives of high impact for the benefit of business, people and the planet.

The agreement comprises the following 16 service lines:

1 Environmental Consultancy

2A Sustainable Insulation

2B Natural Ventilation

2C Energy Efficient Windows and Doors

2D Heat Pumps/Passive Cooling Systems

2E Combined Heat and Power Systems

2F Rainwater Harvesting

2G Energy & Water Efficient Appliances

2H Energy-Efficient Lighting Systems

2I Solar Shading/Canopy Cover

2J Solar Film

3A Solar Power Generation and Storage

4A Living Walls

4B Rainwater Gardens

4C Green Roof Spaces

4D Wellbeing Green Spaces

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £500,000,000

two.2) Description

two.2.3) Place of performance

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

At the Participating Authority's premises or those of the Supplier.

two.2.4) Description of the procurement

The framework agreement is open to the following parties, as listed within the ITT Open Procedure available at the start of the Procurement Process to all bidders.

Subject to approval from the Contracting Authority the public sector bodies eligible to use the framework agreement include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs:

(i) The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

(ii) Department of Health: https://www.gov.uk/government/organisations/departmentof-health

(iii) NHS England: https://www.england.nhs.uk/

(iv) Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services: a) who are a party to any of the following contracts: - General Medical Services (GMS) - Personal Medical Services (PMS) - Alternative Provider Medical Services (APMS) and/or b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

(v) The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:

a. NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

b. NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

c. Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

continued at VI.3 Additional Information

two.2.5) Award criteria

Quality criterion - Name: As stated in the tender documents / Weighting: 100%

Cost criterion - Name: As stated in tender documents / Weighting: 100%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section 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

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-013923


Section five. Award of contract

Contract No

5472-5408

Title

Provision of Estates Sustainability Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 September 2024

five.2.2) Information about tenders

Number of tenders received: 36

Number of tenders received from SMEs: 24

Number of tenders received by electronic means: 36

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Ricardo-AEA Ltd.

Gemini Building, Fermi Avenue, Harwell

Didcot

OX11 0QR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Archus Ltd

101 Victoria Street, Redcliffe

Bristol

BS1 6PU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Building Design Partnership Limited

16 Brewhouse Yard

London

EC1V 4LJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

CBRE Managed Services Limited

61 Southwark Street

London

SE1 0HL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Dexmah Limited

9 Greyfriars Road

Reading

RG1 1NU

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Equans Services Limited

4th Floor, 6 Bevis Marks

London

EC3A 7BA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

ISS Mediclean Ltd.

Velocity 1, Brooklands Drive

Weybridge

KT13 0SL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Jeremy Benn Associates Limited

Salts Mill, Victoria Road, Saltaire

Shipley

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mabbett & Associates Limited

Mabbett House, 11 Sandyford Place

Glasgow

D3 7NB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mitie Limited

Level 12, The Shard, 32 London Bridge Street

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Optopia Ltd

PO Box 841

Chichester

PO19 9XS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ove Arup & Partners Ltd

Bedford House, 16-22 Bedford Street

Belfast

BT2 7FD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Quantaco Ltd

4.04, 17 Hanover Square

London

W13 1BN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

RSK Environment Limited

Fourways House, 57 Hilton Street

Manchester

M1 2EJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

S I Sealy & Associates Limited

Inwood Court, Stuart Road, Bredbury

Stockport

SK6 2SR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Tomson Consulting Limited

54 Smithy Moor Avenue

Sheffield

S36 1FN

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Advance Construction Scotland Ltd

Caldergrove House, Strathclyde Business Park

Bellshill

ML4 3RA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Ameresco Ltd.

Ground Floor, Ranger House, Walnut Tree Close

Guildford

GU1 4UL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Axter Limited

Harbour Landing, The Strand, Wherstead

Ipswich

IP2 8NJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Britek Technologies Ltd

Unit G10, Hartford House, Weston Street

Bolton

BL3 2AW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

BTU (Installation & Maintenance) Ltd

38 Weyside Road

Guildford

GU1 1JB

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Cenergist

2 Windmill Street, Fitzrovia

London

W1T 2HX

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Clairglow Heating Ltd

Unit 9 Bourne Enterprise Centre, Wrotham Road

Borough Green

TN15 8DG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Durable Ltd

Unit 27, Greys Green Farm, Greys Green

Henley on Thames

RG9 4QG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Eco Green Group of Companies LTD

Unit 3, Ray Farm Barn

Ingatestone

CM4 9EH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

eEnergy Services UK Limited

20 St Thomas Street

London

SE1 9RS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Green Homes Grant Installs Ltd

Fern Hill Business Centre, Todd Street

Bury

BL9 5BJ

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

GW Power-Safe Ltd

80 Scott Street

Hull

HU2 8AP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Joju Ltd

Suite 5, 128 Aldersgate Street

London

EC1A 4AE

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Langley Waterproofing Systems Ltd

Langley House, Lamport Drive, Heartlands Business Park

Daventry

NN11 8YH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

MJ Quinn Integrated Services Limited

Unit 2, Stonebridge Park, Electric Avenue

Liverpool

L11 0EL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Pure energy group

F13 Marlow Innovation Centre

Ramsgate

CT12 6FA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Storage Display & Equipment (SDE) Ltd

Group House, 57-59 Clowne Road, Stanfree

Chesterfield

S44 6A

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Smart Electronic Technologies Ltd

Unit 3, The Western Centre, Western Road

Bracknell

RG12 1RW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Specialised Electrical Solutions Ltd

The Atrium Business Centre, 4 Curtis Road

Dorking

RH4 1XA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

The terra firma consultancy ltd

Suite B, Ideal House, Bedford Road

Petersfield

GU32 3QA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £500,000,000

Total value of the contract/lot: £500,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

Various elements of specialist design and installation


Section six. Complementary information

six.3) Additional information

(continued from II.2.4) Description of the procurement)

(vi) Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils), Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council NHS Framework Agreement for the Supply of Goods and the Provision of Services (August 2022) 6

(vii) Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

(viii) Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health and Social Care: https://www.gov.im/about-thegovernment/departments/health-and-social-care/

(ix) The States of Jersey Government and administration including all Government Departments including but not limited to: Health and Social Services: https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.asp

(x) The States of Guernsey (Parliament and government) including but not limited to the Committee for Health and Social Care: https://www.gov.gg/article/152954/Healthand-Social-Services-Department

(xi) UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces. https://www.police.uk/forces/

(xii) England Fire and Rescue Services http://www.fire.org.uk/fire-brigades.html

(xiii) Scottish Fire and Rescue Services http://www.firescotland.gov.uk/your-area.aspx

(xiv) Welsh Fire and Rescue Services http://gov.wales/topics/people-andcommunities/communities/safety/fire/localservices/?lang=en

(xv) Northern Ireland Fire and Rescue Service https://www.nifrs.org/areas-districts/

(xvi) UK Maritime and Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguardagency/about/access-and-opening

(xvii) Registered charities in England and Wales: https://www.gov.uk/find-charityinformation

(xviii) Registered charities in Scotland: https://www.oscr.org.uk/charities

(xix) Registered charities in Northern Ireland: http://www.charitycommissionni.org.uk/charity-search/

For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Participating Authorities for the purposes of this Framework Agreement

six.4) Procedures for review

six.4.1) Review body

Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions

Third Floor, Leatherhead House, Station Road

Leatherhead

KT22 7FG

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority incorporated a standstill period at the point of which the information on the award of the Framework Agreement was communicated to tenderers. That notification provided full information on the award decision. The standstill period period commenced for 10 calendar days which provided time for unsuccessful tenderers to challenge the award decision before the framework agreement was concluded. The Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)

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

Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions

Third Floor, Leatherhead House, Station Road

Leatherhead

KT22 7FG

Country

United Kingdom