Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NHS SBS BUILDING SAFETY AND FIRE COMPLIANCE FRAMEWORK (SBS10509)

  • First published: 15 June 2024
  • Last modified: 15 June 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03f809
Published by:
NHS Shared Business Services Limited
Authority ID:
AA82666
Publication date:
15 June 2024
Deadline date:
26 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services Limited

05280446

Three Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

UK

E-mail: nsbs.categorymanagementsourcing@nhs.net

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.sbs.nhs.uk/proc-construction-estates-frameworks

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Other: Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHS SBS BUILDING SAFETY AND FIRE COMPLIANCE FRAMEWORK (SBS10509)

Reference number: SBS10509

II.1.2) Main CPV code

71317200

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 200 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1.1

II.2.1) Title

Fire Safety - Passive Fire Safety

II.2.2) Additional CPV code(s)

35111200

35111500

35111520

51700000

71317200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 1.2

II.2.1) Title

Fire Safety - Active Fire Safety

II.2.2) Additional CPV code(s)

31625200

35111200

35111300

39525400

44480000

45312100

51700000

71317200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 1.3

II.2.1) Title

Fire Safety - Fire Risk Assessments and Consultancy Services

II.2.2) Additional CPV code(s)

71313000

71317000

75251110

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 2.1

II.2.1) Title

Asbestos - Asbestos Management

II.2.2) Additional CPV code(s)

45262660

71317200

90650000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 2.2

II.2.1) Title

Asbestos - Asbestos Removal

II.2.2) Additional CPV code(s)

45262660

71317200

90650000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 3

II.2.1) Title

Lifts - Maintenance, Design, and Installation

II.2.2) Additional CPV code(s)

42416100

42416120

42416130

50750000

71317200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 4

II.2.1) Title

Legionella and Water Treatment Services

II.2.2) Additional CPV code(s)

44611500

45232430

71317200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 5

II.2.1) Title

PAT Testing

II.2.2) Additional CPV code(s)

71314100

71317200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 6

II.2.1) Title

Authorising Engineers

II.2.2) Additional CPV code(s)

71317200

71318000

71333000

71334000

71336000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UK - United Kingdom

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Lot No: 7

II.2.1) Title

Pneumatic Tube Systems - Maintenance, Design, and Installation

II.2.2) Additional CPV code(s)

71317200

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Weighting / Weighting: 60%

Quality criterion: Social Value Weighting / Weighting: 10%

Cost criterion: Price Weighting / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-025468

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

Date: 26/07/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 26/07/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

NHS Shared Business Services Limited

Three Cherry Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

UK

E-mail: nsbs.categorymanagementsourcing@nhs.net

Internet address(es)

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

VI.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

UK

E-mail: nsbs.categorymanagementsourcing@nhs.net

Internet address(es)

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

VI.5) Date of dispatch of this notice

14/06/2024

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
71314100 Electrical services Energy and related services
71336000 Engineering support services Miscellaneous engineering services
71313000 Environmental engineering consultancy services Consultative engineering and construction services
39525400 Fire blankets Miscellaneous manufactured textile articles
35111300 Fire extinguishers Firefighting equipment
35111520 Fire suppression foam or similar compounds Firefighting equipment
35111500 Fire suppression system Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
35111200 Firefighting materials Firefighting equipment
75251110 Fire-prevention services Fire-brigade services
42416120 Goods lifts Lifts, skip hoists, hoists, escalators and moving walkways
71317000 Hazard protection and control consultancy services Consultative engineering and construction services
71317200 Health and safety services Hazard protection and control consultancy services
51700000 Installation services of fire protection equipment Installation services (except software)
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71333000 Mechanical engineering services Miscellaneous engineering services
42416130 Mechanical lifts Lifts, skip hoists, hoists, escalators and moving walkways
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
44611500 Water tanks Tanks
45232430 Water-treatment work Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
nsbs.categorymanagementsourcing@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.