WinAContractSearch
HomeContractsSustainable Transport and Infrastructure 2 (SBS105
Back to results

Sustainable Transport and Infrastructure 2 (SBS10540)

WAC ID:580069
TransportPlanning36 days left
Source:Find a Tender Service (FTS)
Buyer:NHS Shared Business Services Limited
Main Category:Services
Procurement Method:
Tender Status:Planning
Estimated Value (ex. VAT):£200,000,000
Estimated Value (inc. VAT):£240,000,000
Release Date:8 April 2026
Application Deadline:14 May 2026
Contract Start Date:6 April 2028 (Estimated)
Contract End Date:6 April 2032 (Estimated)
Contract Duration:4.1 years
Procurement ID (OCID):ocds-h6vhtk-067ddb🔒 BidWriter
Notice Reference:031887-2026🔒 BidWriter

Ready to bid on this contract?

BidWriter AI writes your tender response in minutes — import this contract in one click.

✍️ Start writing this bid →

View Original Notice

Access the full notice on the official portal

🔒 Unlock with BidWriter

Contracting Authority

🔒 Unlock with BidWriter

Organisation

NHS Shared Business Services Limited

1 Bartholomew Close, London, EC1A 7BL

Contact Name:Commercial and Procurement Services
Contact Email:contact@authority.gov.uk
Website:https://procurement.authority.gov.uk
Organisation ID:GB-PPON-XXXX-XXXX

Contact details available on BidWriter

Start free trial →

Submission Details

🔒 Unlock with BidWriter
Tender Submission Deadline:14 May 2026
Electronic Submission:No

Full submission details available on BidWriter

Start free trial →

Description

NHS Shared Business Services Limited (NHS SBS) intends to put in place its 2nd generation Framework for the provision of Sustainable Transport and Infrastructure to be used by Approved Organisations for the following proposed Lots, which are under consideration during this preliminary market engagement (PLEASE NOTE: The proposed Framework is intended to cover the provision of Sustainable Transport and Infrastructure, together with Goods and Services that support transport-related environmental sustainability and net zero initiatives, by helping the NHS and other Approved Organisations to produce sustainable travel plans to reduce organisational carbon output, thus enabling them to build resilience to a changing climate both now and for future generations): Lot 1 - Micro-Mobility This Lot enables Approved Organisations to procure expertise, planning and implementation of micro-mobility schemes, which will minimise the environmental impact of travel by offering alternative methods of transport. This includes but is not limited to electric bikes, cargo bikes, and pedal bikes. The schemes will encourage the use of alternative commuting methods by developing and implementing effective strategies, as well as through education and marketing. Lot 2a - Drone Delivery Services This Lot enables Approved Organisations to procure safe, efficient, and sustainable drone delivery services that supports the transformation of healthcare logistics and contributes to net zero objectives. Suppliers will provide fully managed drone operations that facilitates the rapid, secure, and low carbon movement of medical items, including but not limited to pathology samples, pharmaceuticals, medical equipment, and urgent clinical supplies. Services included under this Lot may cover scheduled and on-demand deliveries, emergency-response missions, airspace and regulatory compliance, real-time tracking, and secure chain of custody processes. Suppliers are expected to integrate seamlessly with the Approved Organisation's operational workflows and uphold the highest standards of safety, data security, and reliability. Where required, Suppliers may also offer associated infrastructure, including but not limited to drone landing stations, automated docking and charging units, and digital monitoring platforms. This Lot supports Approved Organisations in reducing road-based transport emissions, improving delivery times, and enhancing resilience through modern, sustainable, technology enabled logistics solutions. Lot 2b - Robotic Logistics This Lot enables Approved Organisations to procure safe, efficient, and sustainable robotic logistics solutions that support modern operations and contributes to the net zero agenda. Suppliers will provide fully managed robotic systems, including but not limited to autonomous mobile robots (AMRs), automated guided vehicles (AGVs), and robotic carts, to automate the movement of essential items including medications, consumables, linen, food, and pathology materials across sites. Services under this Lot may include system design, installation, integration with existing infrastructure, fleet management, maintenance, and ongoing technical support. Suppliers are expected to adhere to high standards of safety, infection control compliance, reliability, and cybersecurity, ensuring robotic platforms operate effectively within clinical and non‑clinical environments. Supporting infrastructure may also be incorporated, including but not limited to charging stations, docking bays, lift‑integration systems, and digital platforms for mapping, scheduling, and monitoring. This Lot helps Approved Organisations to reduce internal transportation emissions, improve workflow efficiency, and free staff to focus on patient‑centred activities. Lot 2c - Traditional Courier Services This Lot enables Approved Organisations to procure compliant, efficient, and sustainable traditional courier services that supports the secure movement of items across local, regional, and national networks. Services under this Lot will facilitate the reliable transportation of a wide range of medical and non‑medical goods, including but not limited to pathology samples, pharmaceuticals, medical records, confidential documents, equipment, supplies, and ad‑hoc consignments. Suppliers must provide fully managed courier operations that uphold the Approved Organisation's standards for safety, security, and chain-of-custody integrity. This may include scheduled route‑based collections, on-demand, and same‑day services, temperature‑controlled deliveries, and specialist handling where required. Suppliers must ensure robust compliance with relevant legislation, data protection requirements, and industry standards for secure transport. In support of the net zero agenda, Suppliers must demonstrate environmentally responsible delivery practices, which may involve the use of low or zero‑emission vehicles, route optimisation technologies, consolidated deliveries, and other measures that reduce carbon output compared to traditional transportation models. Where required, Suppliers may also provide supportive digital systems including but not limited to booking platforms, real‑time tracking, electronic proof of delivery, and reporting dashboards to enhance transparency, efficiency, and operational integration. This Lot enables Approved Organisations to access high‑quality, resilient courier services that meet both logistical needs and sustainability objectives. Lot 3 - Car Park Management This Lot enables Approved Organisations to procure the design, build, and management of sustainable car parks with reduced carbon impact. Suppliers must deliver car park solutions that minimise carbon output compared to traditional construction, and where required by the Approved Organisation, incorporate biodiversity enhancements within the local environment. The Lot requires the adoption of modern methods of construction (MMC) and the utilisation of low or zero carbon materials, components, and processes to further support sustainability goals. The objective of this Lot is to improve the overall experience for patients, staff, and visitors by implementing car park management practices that align with the Approved Organisation's car parking principles, while also offering solutions that help lower carbon emissions. This includes the provision, installation, and maintenance of car park equipment and supporting services that help Approved Organisations meet their operational and sustainability objectives. Lot 4 - Electric Vehicle Charging and Infrastructure This Lot enables Approved Organisations to procure the planning, proposal, and implementation of electric vehicle charging solutions for a diverse user base, including but not limited to fleet, grey fleet, and personal vehicles. The Lot will provide Approved Organisations with safe, reliable, robust, and secure infrastructure, that is easy to use and always available to the end user. The Lot includes the supply, installation, maintenance, and back-office systems, along with grid upgrades, induction, solar panel / PV, and battery storage. The Lot also includes the option to fund electric vehicle charging infrastructure, including hubs. Lot 5 - Cycle Parking and Infrastructure This Lot enables Approved Organisations to procure high-quality, safe, and secure cycle parking and infrastructure solutions that supports active travel, sustainability objectives, and site accessibility across the Approved Organisation's estate. It includes a complete range of cycle and micromobility storage facilities designed to encourage low carbon travel among staff, patients, and visitors, while ensuring robust security, durability, and ease of use. The Lot will deliver fully managed services that cover the end-to-end lifecycle of cycle parking provision, including design, installation, maintenance, and ongoing operational management. Innovative financing models may also be offered to support flexible and cost-effective deployment across diverse Approved Organisation settings. The Lot encompasses a comprehensive suite of infrastructure options, which includes full cycle hubs and multimodal mobility hubs that integrate multiple services at a single location, alongside individual components including but not limited to cycle stands, racks, clamps, bike boxes, and lockers. Additional protective structures may include canopies, shelters, and secure enclosures to enhance user safety and protect assets from weather and vandalism. Technology enabled access systems including but not limited to RFID tags (or equivalents) and mobile app-based access control can also be incorporated where required by the Approved Organisation. To support ongoing user convenience and promote a culture of active travel, the Lot enables Approved Organisations to procure ancillary equipment, including but not limited to fixed cycle pumps, cycle repair stations, cycle counters, and dedicated e-bike charging points.

CPV Classifications22 codes — click to expand
09310000Petroleum products, fuel, electricity and other sources of energy
30162000Office and computing machinery, equipment and supplies
30237280Office and computing machinery, equipment and supplies
31158000Electrical machinery, apparatus, equipment and consumables
31600000Electrical machinery, apparatus, equipment and consumables
32510000Radio, television, communication, telecommunication equipment
34000000Transport equipment and auxiliary products to transportation
35613000Security, fire-fighting, police and defence equipment
38700000Laboratory, optical and precision equipments
38800000Laboratory, optical and precision equipments
42992000Industrial machinery
42997300Industrial machinery
44112000Construction structures and materials
45000000Construction work
48000000Software package and information systems
60130000Transport services
60161000Transport services
63100000Supporting and auxiliary transport services
64100000Postal and telecommunications services
71311200Architectural, construction, engineering and inspection services
71311300Architectural, construction, engineering and inspection services
98351000Other community, social and personal services

Links & Documents

Apply Online

Proceed to the official portal to submit your bid.

Similar contracts

Delivering sustainability and carbon neutral targets through innovative technological solutions.

The Common Services Agency (which from 1st April 2026 is known as 'Public Services Delivery Scotland') · WAC-579993

Sustainable Farming Scheme Technical Support

Llywodraeth Cymru / Welsh Government · WAC-580151

Patient Discharge and Mental Health Step Down (Beds) Care Services (SBS10541)

NHS Shared Business Services Limited · WAC-577309

Browse all contracts

Pipeline status

Not added
Write this bid in BidWriter

Contract imported automatically · AI writes the response

Sign in to BidWriter to sync favourites across devices

Application Deadline

14 May 2026

36 days left

Estimated Value

£200,000,000

WAC Reference

WAC-580069

Updated daily

View in BidWriter

Need help writing this bid?

Our specialists write winning tender responses. Free consultation, no obligation.

Book a free consultation →