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 DECARBONISATION OF ESTATES FRAMEWORK (SBS10504)

  • First published: 10 May 2024
  • Last modified: 10 May 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-03d069
Published by:
NHS Shared Business Services Limited
Authority ID:
AA82666
Publication date:
10 May 2024
Deadline date:
21 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Shared Business Services (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.

NHS SBS intends to put in place a Framework Agreement for Decarbonisation of Estates and related Works, Services, and Goods to be used by NHS SBS Approved Organisations. This will include installing and retrofitting a range of energy efficiency measures. NHS SBS is seeking interest from interested parties that can deliver a multiple measure approach (i.e. a range of works under a single contract); this Framework will not deliver individual energy efficiency measures.

Our Approved Organisation list can be found on:

https://www.sbs.nhs.uk/services/framework-agreements-categories/

The Framework Agreement will be structured using the following Lots:

Lot 1 - Decarbonisation of Non-Domestic / Public Buildings

Lot 2 - Decarbonisation of Domestic Properties

We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Shared Business Services Limited

05280446

Three Cherry Trees Lane, Hemel Hempstead

Hertfordshire

HP2 7AH

UK

Contact person: Anjub Ali

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/19649358


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://discovery.ariba.com/rfx/19649358


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 DECARBONISATION OF ESTATES FRAMEWORK (SBS10504)

Reference number: SBS10504

II.1.2) Main CPV code

45300000

 

II.1.3) Type of contract

Works

II.1.4) Short description

NHS Shared Business Services (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.

NHS SBS intends to put in place a Framework Agreement for Decarbonisation of Estates and related Works, Services, and Goods to be used by NHS SBS Approved Organisations. This will include installing and retrofitting a range of energy efficiency measures. NHS SBS is seeking interest from interested parties that can deliver a multiple measure approach (i.e. a range of works under a single contract); this Framework will not deliver individual energy efficiency measures.

Our Approved Organisation list can be found on:

https://www.sbs.nhs.uk/services/framework-agreements-categories/

The Framework Agreement will be structured using the following Lots:

Lot 1 - Decarbonisation of Non-Domestic / Public Buildings

Lot 2 - Decarbonisation of Domestic Properties

We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.

II.1.5) Estimated total value

Value excluding VAT: 500 000 000.00  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

II.2.1) Title

Decarbonisation of Non-Domestic / Public Buildings

II.2.2) Additional CPV code(s)

09320000

09330000

24111600

31121300

31121320

31121330

31121331

31122000

31527260

42511110

45100000

45210000

45232141

45261410

45315300

45320000

45331000

45421100

45453000

65400000

70112000

71200000

71300000

71500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot will comprise of a range of energy efficiency works and services to non-domestic / public buildings. This will include health, housing, local government, education, and wider public sector buildings.

Taking a multi measure approach the scope includes, but is not limited to:

• Fabric measures (includes facades, cladding systems, external wall insulation - EWI, cavity wall insulation - CWI, loft insulation - LI, services and ducts insulation).

• Fenestration (includes windows, doors, and openings).

• Ventilation, heating, and cooling.

• Renewable technologies (includes air source heat pumps - ASHP, grounds source heat pumps - GSHP, solar thermal, solar photovoltaics - PV, and battery storage).

• LED lighting (includes PIRs, light sensors, dimming, and trimming solutions).

• Electrical heating systems, building management systems - BMS, and controls (includes heat networks, heat interface units, metering and monitoring where necessary).

• Hydrogen ready combined heating and power (includes fuel cells and energy storage solutions, transport, and grid networks).

The Lot is intended for companies who are accomplished in providing solutions and have the capability of conducting initial assessments of net zero carbon works followed by the delivery of the works on site and the post completion monitoring of the works.

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 15 Bidders for Lot 1 in each of the following geographical areas:

• North of England - This includes the North East, North West, and Yorkshire and The Humber

• Midlands - This includes the East Midlands, West Midlands, and East of England

• London and the South East

• South West

• Wales

• Scotland

• Northern Ireland

For both 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: 55%

Quality criterion: Social Value Weighting / Weighting: 15%

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

II.2.1) Title

Decarbonisation of Domestic Properties

II.2.2) Additional CPV code(s)

09320000

09330000

24111600

31121300

31121330

31122000

31527260

42511110

45100000

45210000

45232141

45261410

45315300

45320000

45331000

45421100

45453000

65400000

70110000

71200000

71300000

71500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot will comprise of a range of energy efficiency works and services to domestic properties. This will include local government along with social and private housing associations.

Taking a multi measure approach the scope includes, but is not limited to:

• Fabric measures (includes facades, cladding systems, external wall insulation - EWI, cavity wall insulation - CWI, internal wall insulation - IWI, loft insulation - LI, under floor insulation - UFI, services and ducts insulation).

• Fenestration (includes windows, doors, and openings).

• Ventilation, heating, and cooling.

• Renewable technologies (includes air source heat pumps - ASHP, grounds source heat pumps - GSHP, solar thermal, solar photovoltaics - PV, and battery storage).

• LED lighting (includes PIRs, light sensors, dimming, and trimming solutions).

• Electrical heating systems, building management systems - BMS, and controls (includes heat networks, heat interface units, metering and monitoring where necessary).

The Lot is intended for companies who are accomplished in providing solutions and have the capability of conducting initial assessments of retrofit works followed by the delivery of the works on site and the post completion monitoring of the works.

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 15 Bidders for Lot 2 in each of the following geographical areas:

• North of England - This includes the North East, North West, and Yorkshire and The Humber

• Midlands - This includes the East Midlands, West Midlands, and East of England

• London and the South East

• South West

• Wales

• Scotland

• Northern Ireland

For both 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: 55%

Quality criterion: Social Value Weighting / Weighting: 15%

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.1.2) 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 000-015324

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

Date: 21/06/2024

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: 21/06/2024

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.5) Date of dispatch of this notice

09/05/2024

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
71500000 Construction-related services Architectural, construction, engineering and inspection services
70112000 Development of non-residential real estate Development services of real estate
70110000 Development services of real estate Real estate services with own property
45315300 Electricity supply installations Electrical installation work of heating and other electrical building-equipment
71300000 Engineering services Architectural, construction, engineering and inspection services
31122000 Generator units Generators
42511110 Heat pumps Heat-exchange units and machinery for liquefying air or other gases
45232141 Heating works Ancillary works for pipelines and cables
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
24111600 Hydrogen Hydrogen, argon, rare gases, nitrogen and oxygen
45421100 Installation of doors and windows and related components Joinery work
45320000 Insulation work Building installation work
31527260 Lighting systems Spotlights
65400000 Other sources of energy supplies and distribution Public utilities
45453000 Overhaul and refurbishment work Other building completion work
45261410 Roof insulation work Erection and related works of roof frames and coverings
45100000 Site preparation work Construction work
09330000 Solar energy Electricity, heating, solar and nuclear energy
09320000 Steam, hot water and associated products Electricity, heating, solar and nuclear energy
31121331 Turbine rotors Generating sets
31121330 Wind turbine generators Generating sets
31121320 Wind turbines Generating sets
31121300 Wind-energy generators Generating sets

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.