Section one: Contracting authority
one.1) Name and addresses
NHS Commercial Solutions
The Atrium. Curtis Road.
Dorking
RH4 1XA
Telephone
+44 1306644822
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the provision of Modular & Pre-Fabricated Buildings Solutions and Associated Services
Reference number
5514-5512
two.1.2) Main CPV code
- 44211000 - Prefabricated buildings
two.1.3) Type of contract
Supplies
two.1.4) Short description
The aim of this procurement is to appoint a number of suppliers who specialise in the design, manufacture, supply, installation and maintenance of various modular/pre-fabricated buildings for use by the NHS and wider public sector bodies in the UK. The authority recognises that the expertise required will exist both nationally and at a local level and aims to be as inclusive as is practicable in order that the awarding authority has the most appropriate resource available.
It is intended that the Framework Agreement will be structured in 03 (Three) lots, as follows:
a. Lot 1: Consultancy Services;
b. Lot 2: Modular & Prefabricated Building Services; and
c. Lot 3: Managed Services
two.1.5) Estimated total value
Value excluding VAT: £1,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Consultancy Services
Lot No
1
two.2.2) Additional CPV code(s)
- 44211000 - Prefabricated buildings
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71314300 - Energy-efficiency consultancy services
- 71315100 - Building-fabric consultancy services
- 71315210 - Building services consultancy services
- 71530000 - Construction consultancy services
- 72224000 - Project management consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Suppliers will offer a range of Professional and Consultancy Services, including but limited to, to scope, conduct surveys, recommend solutions, aid in developing business cases, plan, enable, manage projects and contracts, monitor compliance. The range of consultancy services will include the following, but not restricted to:
i. Surveys,
ii. Quantity Surveyor,
iii. Planning and Valuation,
iv. Drawing, Design and Architectural Services,
v. Health & Safety,
vi. Multi-disciplinary Engineering,
vii. Programme and Project Management,
viii. Cost Scheduler,
ix. Contract Management,
x. Quality Controller.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
24 months plus 2x12 months
two.2.10) Information about variants
Variants will be accepted: Yes
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
two.2) Description
two.2.1) Title
Modular and Prefabricated Building Solutions
Lot No
2
two.2.2) Additional CPV code(s)
- 44100000 - Construction materials and associated items
- 44200000 - Structural products
- 44211000 - Prefabricated buildings
- 44211100 - Modular and portable buildings
- 44300000 - Cable, wire and related products
- 44400000 - Miscellaneous fabricated products and related items
- 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
- 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers
- 44800000 - Paints, varnishes and mastics
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Services shall include but shall not be limited to the design, supply, delivery, construction/installation and maintenance of both temporary and permanent Modular & Prefabricated Buildings, whether capital purchased, Leased or Hired. The Supplier will also offer any enablement works required for preparing sites, consultancy services including but not limited to obtaining permissions, provisioning utilities and Digital infrastructure, supplying furniture and consumables.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: Yes
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
two.2) Description
two.2.1) Title
Managed Services
Lot No
3
two.2.2) Additional CPV code(s)
- 44211000 - Prefabricated buildings
- 44211100 - Modular and portable buildings
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Suppliers will offer a combination of the services offered under Lot 1 and/or Lot 2 and other services that may be associated with them. The other associated services may include the following:
Services shall include, but shall not be limited to –
i. Managed Equipment Service: This may include but not be limited to, Theatres, Diagnostic Equipment, Multi-Functional Devices, Radiology Scanners, Security Scanners, Kiosk/Digital Displays, Computers and IT peripheral, furniture and utility Equipment.
ii. Staffing Solution: Recruitment, deploy and management of medical/non-medical professional services.
iii. Sterile Services: This may include but not be limited to, providing medical equipment sterilisation services, Computers and IT peripheral, furniture and utility Equipment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 1x12 month
two.2.10) Information about variants
Variants will be accepted: Yes
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 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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 January 2025
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 January 2025
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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:
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
Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
Department of Health: https://www.gov.uk/government/organisations/department-of-health Arm’s Length Bodies:
Integrated Care Boards (ICB's) and their individual constituent organisations
https://www.england.nhs.uk/stps/view-stps/ NHS England: https://www.england.nhs.uk/
Organisations commissioning and/or overseeing General Practitioner services, GP consortia,
GP Practices & 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
(b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General
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:
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
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/
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/
Social Enterprise UK: https://www.socialenterprise.org.uk
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
Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
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-the-government/departments/health-and-social-care/
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.aspx
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/Health-and-Social-Services-Department
UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces. https://www.police.uk/forces/
England Fire and Rescue Services, Scottish Fire and Rescue Services, Welsh Fire and Rescue Services, Northern Ireland Fire Rescue Service
UK Maritime and Coastguard Agency
Registered charities in England and Wales, Scotland and Northern Ireland
six.4) Procedures for review
six.4.1) Review body
Official name: Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions
18 Mole Business Park Town
Leatherhead
KT22 7AD
Country
United Kingdom