
Market Leads & Opportunities
United Kingdom-Salford: Modular and portable buildings
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 206-372655/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: NHS Shared Business Services
National registration number: 05280446
Postal address: Halyard Court, 31 Broadway, The Quays, Salford Quays
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
Contact Person: Jack Steele
Telephone: +44 1612123735
Email: jack_steele@nhs.net
Nuts code: UKD
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Other type: NHS SBS (Joint venture between the Department of Health and Sopra Steria) Body Governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for the Supply of Modular Buildings.
II.1.2) Main CPV code: 44211100
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Framework for the provision of:
Bespoke Modular Buildings (hire and purchase)
Modular Healthcare Units (hire and purchase)
Modular Educational Units (hire and purchase)
Modular Catering and Kitchen Units (hire, purchase and managed service)
Provision for the supply of Modular Buildings. The framework will be for the benefit of ALL Public sector bodies, including any statutory and other successor organisations to any of the foregoing and in addition any other commissioners (whether alone of jointly with any other organisation), providers and regulators of NHS funded (either in whole or in part) services including practice based commissioning consortia, general practice commissioning consortia, NHS England (and all sub national offices including any body obtaining new membership to NHS Shared Business Services Ltd. This list may be subject to change and can include other organisations that are NHS SBS members.
II.1.5) Estimated total value:
Value excluding VAT: 500000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Bespoke Modular Buildings for Purchase
Lot No:1
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Includes but is not limited to:
— Offices.
— Police Stations.
— Fire Stations.
— Reception Areas.
— Storage.
— Residential Accommodation.
— Student Accommodation.
— Community Centres.
— Prisons.
— MOD Buildings.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Bespoke Modular Buildings for Hire
Lot No:2
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Includes but is not limited to:
— Offices
— Police Stations
— Fire Stations
— Reception Areas
— Storage space
— Residential Accommodation
— Student Accommodation
— Community Centres
— Prisons
— MOD Buildings.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Modular Healthcare Units for Purchase £1m
Lot No:4
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Includes but is not limited to:
— Wards
— Theatres
— GP Surgeries
— Dental Surgeries
— Medical Centres
— Diagnostic Imaging units
— Renal Dialysis units
— Endoscopy Suites
— Laboratories
— Urology Consulting Centres
— Haematology Labs
— Mortuaries
— Training Centres
— Contamination Suites
— Wet Rooms
— Offices
— Toilets
— Wash Facilities
— Staff Accommodation
— Patient Accommodation
— Care Homes.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Modular Healthcare Units for Hire
Lot No:5
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Includes but is not limited to:
— Wards
— Theatres
— GP Surgeries
— Dental Surgeries
— Medical Centres
— Diagnostic Imaging units
— Renal Dialysis units
— Endoscopy Suites
— Laboratories
— Urology Consulting Centres
— Haematology Labs
— Mortuaries
— Training Centres
— Contamination Suites
— Wet Rooms
— Offices
— Toilets
— Wash Facilities
— Staff Accommodation
— Patient Accommodation
— Care Homes.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Modular Education Units for Purchase 1 000 000 GBP
Lot No:7
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Includes but is not limited to:
— Single Classrooms
— Double Classrooms
— Bespoke Classroom Sizes
— Toilets
— Wash Facilities
— Gymnasiums
— Music Halls
— Sports Halls
— Assembly Halls
— Storage
— Nurseries
— Dance Studios
— Schools.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Modular Education Units for Hire
Lot No:8
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Includes but is not limited to:
— Single Classrooms
— Double Classrooms
— Bespoke Classroom Sizes
— Toilets
— Wash Facilities
— Gymnasiums
— Music Halls
— Sports Halls
— Assembly Halls
— Storage
— Nurseries
— Dance Studios
— Schools.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Modular Kitchens for Purchase
Lot No:9
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Includes but is not limited to:
— Production Kitchen
— Preparation Kitchen
— Store Facility (Dry/Cold)
— Dishwash
— Laundry unit
— Food Technology Kitchen
— Teaching Kitchen
— Food Kiosk
— Dining Unit
— Toilets.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Modular Kitchens & Temporary Catering Equipment for Hire
Lot No:10
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Includes but is not limited to:
— Production Kitchen.
— Preparation Kitchen.
— Dishwash.
— Dining Unit.
— Stores (Dry/Cold).
— Laundy Unit.
— Temporary Kiosk.
— Catering Equipment.
— Toilets.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Rental of Permanent Catering Equipment — Managed Service
Lot No:11
II.2.2) Additional CPV code(s)
44211000, 44211110, 44211200, 44211300, 44211400
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
The contract rental of catering equipment is the means of procuring heavy duty
catering equipment as a managed service with the following services included;
design, project management, installation and commissioning, servicing and
maintenance, preventative maintenance visits and training.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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 yes
Description of options: Two Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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:This procurement exercise will be conducted on the EU supply e Tendering portal at:
Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal.
To register interest:
1) Go to ‘Current Tender Opportunities’ from the e Tendering portal login page:
2) Find the tender listed and click on the title. This will take you to the letter of invitation.
3) If you are not a registered user of EU Supply follow the ‘Online registration’ link otherwise follow the ‘Login’ link and enter username and password.
4) Once logged in ‘Accept’ the invitation to register your interest in the opportunity. You will then be taken direct to the tender response screen.
5) Go to the ‘Access Documents’ folder on the response screen to view and download tender documentation.
6) EU Supply Tender ID 25597
Further guidance on how to access and respond to the opportunity is available in the ‘Quick Guide for Suppliers’ which is available for downloading from the main portal login page:
(follow link: ‘Quick Guide for Suppliers’).
For any support in submitting your response please contact EU Supply Help desk at support@eu-supply.com (Tel: 0800 840 2050) quoting the tender ID number.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
Minimum level(s) of standards possibly required: Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
Minimum level(s) of standards possibly required:Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
III.2.2) Contract performance conditions: Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:25
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:NHS SBS reserves the right to use an electronic auction as part of the tendering process, if appropriate.
IV.1.8) Information about the 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:2016/S 124-221636
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-11-24 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2016-11-24 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The duration referenced in Section II 1.4 is for the placing of orders.
The value provided in Section II 1.4 is only an estimate. We 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.
Due to Restrictions placed on Contracting Authority’s, (limit of 4000 characters for this section) the list of Contracting Authorities able to access is in the document ‘Contracting Authority Access’This framework is available for all public sector organisations in the UK.
5 Boroughs Partnership NHS Foundation Trust
Ashford & St Peter’s Hospitals NHS Foundation Trust
Barking, Havering and Redbridge Hospitals NHS Trust
Birmingham Children’s Hospital NHS Foundation Trust
Blackpool Teaching Hospitals NHS Foundation Trust
Bolton Hospitals NHS Foundation Trust
Bradford Teaching Hospitals NHS Foundation Trust
Bridgewater Community Healthcare NHS Trust
Calderstones Partnership NHS Foundation Trust (now part of Merseycare NHS Trust)
Central and North West London NHS Foundation Trust
Central Manchester University Hospitals NHS Foundation Trust
Cumbria Partnership NHS Foundation Trust
Derbyshire Community Health Services NHS Trust
Derbyshire Healthcare NHS Foundation Trust
East and North Hertfordshire NHS Trust
East Cheshire NHS Trust
East Lancashire Hospital NHS Trust
East London NHS Foundation Trust
East Midlands Ambulance Service NHS Trust
Greater Manchester West Mental Health NHS Foundation Trust
Isle of Wight NHS Trust
Kent and Medway NHS Partnership Trust
Lancashire Care NHS Foundation Trust
Lancashire Teaching Hospitals NHS Foundation Trust
Leeds and York Partnership NHS Foundation Trust
Leeds Community Healthcare NHS Trust
Lewisham and Greenwich NHS Trust
Liverpool Community Healthcare NHS Trust
Liverpool Heart and Chest Hospital NHS Foundation Trust
Manchester Mental Health & Social Care Trust
Mersey Care NHS Trust
North Tees and Hartlepool NHS Foundation Trust
North West Ambulance Service NHS Trust
Pennine Care NHS Foundation Trust
Plymouth Community Healthcare
Plymouth Hospitals NHS Trust
Portsmouth Hospitals NHS Trust
Royal Surrey County Hospital NHS Foundation Trust
Salford Royal NHS Foundation Trust
South East Coast Ambulance Service NHS Trust
South West Yorkshire Partnership NHS Foundation Trust
Southern Health NHS Foundation Trust
South Western Ambulance Service NHS Foundation Trust
St Helens and Knowsley Hospitals NHS Trust
Staffordshire and Stoke On Trent Partnership NHS Trust
Surrey and Borders Partnership NHS Foundation Trust
Surrey and Sussex Healthcare NHS Trust
The Christie NHS Foundation Trust
University Hospital Of South Manchester NHS Foundation Trust
University Hospitals Of Morecambe Bay NHS Foundation Trust
Wrightington, Wigan and Leigh NHS Foundation Trust
Your Healthcare Community Interest Company
NHS England
NHS North of England Commissioning Support Unit (CSU)
Clinical Commissioning Group (CCG)
NHS Brent CCG
NHS Central London (Westminster) CCG
NHS Cumbria CCG
NHS Darlington CCG
NHS Durham Dales, Easington and Sedgefield CCG
NHS Ealing CCG
NHS Hammersmith and Fulham CCG
NHS Harrow CCG
NHS Hartlepool and Stockton-on-Tees CCG
NHS Hillingdon CCG
NHS Hounslow CCG
NHS Newcastle Gateshead CCG
NHS North Durham CCG
NHS North Tyneside CCG
NHS Northumberland CCG
NHS South Tees CCG
NHS South Tyneside CCG
NHS Sunderland CCG
NHS West London (K&C & QPP) CCG
Please see VI.4.3 for other participating authorities.
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS Shared Business Services
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals:
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
In addition to the public sector bodies identified in VI.3 and subject to the approval of NHS SBS the use of this contract / framework agreement will be open, on an associate member basis, and may include the following:-
Central Government Departments, Executive Agencies and NDPBs
National Health Service (NHS) bodies, including:
Acute Trusts
Clinical Commissioning Groups
Mental Health Trusts
Ambulance Trusts
Care Trusts
Area Teams
Special Health Authorities
other English NHS bodies
Arms Length Bodies
NHS Trust Development Authority (TDA)
NHS England: and other organisations involved in commissioning of primary care services via Clinical Commissioning Groups — CCGs supported by the Commissioning Support Units — CSU’s which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.
CCG
CSU
NHS Professional Regulator
The NHS Commissioning Board and other organisations involved in commissioning or overseeing General Practitioner services and GP consortia which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.
GP Practices
and any other provider of primary medical services:
a) who are a party to any of the following contracts
— General Medical Services
— Personal Medical Services
— Alternative Provider Medical Services and/or
b) Commissioned by the NHS Commissioning Board or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
Social Enterprises
Local Authorities:
All NHS Wales (National Health Service for Wales) organisations
Other Welsh Public Bodies — Welsh Local Authorities
All NHS Scotland (National Health Service for Scotland) Organisations
Other Scottish Public Bodies
All NHS Northern Ireland (National Health Service for Northern Ireland) organisations
Northern Ireland Public Bodies including Local Authorities, Schools, Police Service, Citizens Advice.
Hospices in the UK
Local Authorities
Any commercial, not-for-profit, or other charitable entity created, controlled and financed by a local authority or authorities with regard to provision of services captured by this framework
Police forces and other emergency services, including fire and rescue services, the maritime and coastguard agency and other rescue authorities
Educational establishments Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but NOT
Independent Schools
Registered Social Landlords or Private Registered Providers of social housing
Third Sector and Registered charities
Citizens Advice in the United Kingdom
Devolved and other administrations with the British Isles
Her Majesty’s prison service
The Ministry of Defence
Isle of Man Government Health / Public Services.
VI.5) Date of dispatch of this notice:2016-10-20
More Opportunties
- United Kingdom-Belfast: Infant Formula and Teat Units
8 Aug 25
Business Services Organisation (BSO), Procurement and Logistics Service (PaLS) seeks through this tender opportunity to appoint suppliers for the supply and delivery of Infant Formula and Teat Units to Health and Social Care Northern Ireland (HSCNI).> > - United Kingdom-Coventry: Design and Supply of Two Sludge Drying Units
8 Aug 25
Design and supply of two sludge drying units for deployment at two sites for STW.> > - General Purpose Ultrasonic Scanning Systems- Exporting Opportunity
8 Aug 25
Opportunity type Public Sector Industry Healthcare services A tender has been issued for the supply and installation of 2 sets of general purpose ultrasonic scanning systems You must be able to: supply and install 2 complete sets of brand new general purp> >