Tender

Framework Agreement for the provision of Modular & Pre-Fabricated Buildings Solutions and Associated Services

  • NHS Commercial Solutions

F02: Contract notice

Notice identifier: 2024/S 000-041195

Procurement identifier (OCID): ocds-h6vhtk-04ca23

Published 20 December 2024, 12:51pm



Section one: Contracting authority

one.1) Name and addresses

NHS Commercial Solutions

The Atrium. Curtis Road.

Dorking

RH4 1XA

Email

nhscs.estates@nhs.net

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

register your interest under the ITT No: 4621 and follow the guidance there.,Tenders or requests to participate must be submitted electronically via: https://commercialsolutions.bravosolution.co.uk/web/login.shtml ; once logged in, register your interest under the ITT No: 4621 and follow the guidance there.

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