United Kingdom-Dorking: Modular and portable buildings

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Dorking: Modular and portable buildings
OJEU (High Value) 325109-2020
Type Invitation to tender
Date Published 2020-07-10
Deadline 2020-08-03 12:00:00
Nature Of Contract Supply contract
Awarding Authority
Procedure Restricted procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: NHS Commercial Solutions
Postal address: The Atrium, Curtis Road
Town: Dorking
Postal code: RH4 1XA
Country: UK
Telephone: +44 1306646816
E-mail: david.narain@nhs.net
NUTS code: UK
Main address: www.commercialsolutions-sec.nhs.uk
I.2.3) The contract is awarded by a central purchasing body

Communication
I.3) Procurement documents
(URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: REGIONAL AUTHORITY

Main Activity
I.5.1) Main Activity: HEALTH

Section II: Object of Contract


Title:
Framework Agreement For the Provision of Modular/Pre-Fabricated Modular Buildings Solutions

Reference number: 5028 - 3946

II.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.

II.01) Estimated value excluding VAT:
GBP 100000000.00

Information about lots
II.1.6) This contract is divided into lots: yes


II.1.6.6) Maximum number of lots that may be awarded to one tenderer: 3

Description: Item/Lot 1
Title:
Catalogue of Products

II.2.1) Lot No: Lot 1
NUTS code: UK
II.1.4) Short description
Catalogue of products — a catalogue of products from each provider which will include but not be limited to supply of materials, fittings, structure, pre-fabricated modular building units, components and consumables, providing professional consultancy services, such as site surveying, planning, design and drawing, reporting, quality monitoring, CDMC etc. The suppliers will offer a list of their supply and services offer as an off-the shelf catalogue so that contracting authorities can purchase the required quantities of items off the catalogue when their specification/service requirements matches with the catalogue offers. The contracting authorities may carry out a further price benchmarking and technical clarification to ascertain the suitability and availability of the supply/service.

II.2.5) Award criteria:

II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: no
II.2.10) Variants will be accepted: yes II.2.10.1) Variants will be accepted: yes

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

Description: Item/Lot 2
Title:
Purchase and Hire of Modular/Pre-fabricated Buildings

II.2.1) Lot No: Lot 2
NUTS code: UK
II.1.4) Short description
Purchase and Hire of modular/pre-fabricated buildings – services to include but not limited to the supply, design, delivery, construction/installation and maintenance of both temporary and permanent modular/pre-fabricated buildings, purchased or hired. The service specification, quality and standard will generally meet the specification provide in section 5 below. A contracting authority will specify their specific requirements, e.g. quantity, design, planning, location when conducting a further competition tender exercise.

II.2.5) Award criteria:

II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: no
II.2.10) Variants will be accepted: yes II.2.10.1) Variants will be accepted: yes

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

Description: Item/Lot 3
Title:
Bespoke

II.2.1) Lot No: Lot 3
NUTS code: UK
II.1.4) Short description
Bespoke – a combination of lots 1 and 2 or other value added/innovative services associated with them.

II.2.5) Award criteria:

II.02.07) Duration in months 48
II.2.7.5) This contract is subject to renewal: no
II.2.10) Variants will be accepted: yes II.2.10.1) Variants will be accepted: yes

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.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1.1) Type of procedure: Restricted
IV.1.1) Type of procedure: Restricted procedure
IV.1.3) The procurement involves the establishment of a framework agreement


IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-08-03
IV.2.2) Local time 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-10-06


IV.2.6) Duration in months (from the date stated for receipt of tender): 4

Section V: Complementary information



Additional Information:

The purpose of this procurement is to facilitate, through a framework agreement, the provision of 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 estimated total value of contracts awarded under the framework agreement is estimated to be GBP 300 million. However, interested parties should note that the framework agreement is not a guarantee of work and the contracting authority makes no commitment by any party to the use of the agreement nor the estimated value.

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

NHS Improvement: https://improvement.nhs.uk/

Department of Health: https://www.gov.uk/government/organisations/department-of-health

Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:

https://www.england.nhs.uk/stps/view-stps/

NHS England: https://www.england.nhs.uk/

Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and 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 (APMS); and/or

(b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

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


Review body:
Official name: Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions
Postal address: 18 Mole Business Park
Town: Leatherhead
Postal code: KT22 7AD
Country: UK
VI.4.3) Precise information on deadline(s) for review procedures
The authority will incorporate a standstill period at the point of information on the award of the framework agreement is communicated to tenderers. That notification will provide a full information on the award decision.

The standstill period which shall be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).


Section VI

Date of dispatch of this notice : 2020-07-06

CPV Codes
44211100; 44100000; 44200000; 44300000; 44400000; 44500000; 44600000; 44800000; Modular and portable buildings; Construction materials and associated items; Structural products; Cable, wire and related products; Miscellaneous fabricated products and related items; Tools, locks, keys, hinges, fasteners, chain and springs; Tanks, reservoirs and containers; central-heating radiators and boilers; Paints, varnishes and mastics;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.