Planning

Sustainable Transport and Infrastructure 2 (SBS10540)

NHS SHARED BUSINESS SERVICES LIMITED

This public procurement record has 1 release in its history.

Planning

08 Apr 2026 at 11:18

Summary of the contracting process

The procurement process is initiated by NHS Shared Business Services Limited, a public undertaking based in London, United Kingdom. This tender titled "Sustainable Transport and Infrastructure 2" focuses on services aimed at achieving carbon net zero by 2050. The procurement is currently in the planning stage with preliminary market engagement scheduled to end on 14th May 2026. The framework agreement, valued at up to £240 million, targets areas such as micro-mobility, drone delivery services, and electric vehicle charging infrastructure across the UK, Guernsey, Isle of Man, and Jersey under the Procurement Act 2023.

This tender provides significant growth opportunities for businesses specialising in sustainability solutions within the transport and infrastructure sectors. Small and medium-sized enterprises (SMEs), as well as voluntary, community, and social enterprises (VCSEs), are encouraged to participate, offering services such as cycle parking infrastructure or robotic logistics. Successful bidders will be involved in innovative projects that facilitate the NHS and other public sector organisations in reducing carbon emissions and improving efficiency in their operations. The procurement process through an eSourcing system promotes fair competition and accessibility, paving the way for companies committed to sustainable development and social value to establish new client relationships and expand market presence.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Sustainable Transport and Infrastructure 2 (SBS10540)

Notice 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.

Planning Information

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. 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 2nd generation Framework under the Procurement Act 2023 for the provision of Sustainable Transport and Infrastructure for healthcare and wider public sector to be used by NHS SBS Approved Organisations to lower carbon outputs and achieve carbon net zero by 2050. Potential suppliers wishing to participate in the preliminary market engagement should read the PME introduction document and complete and submit the Preliminary Market Engagement Questionnaire (PMEQ) on SAP Ariba before midday (GMT) 12 noon on 14th May 2026. Further information regarding the proposed Framework can be found via the following link: https://portal.us.bn.cloud.ariba.com/dashboard/public/appext/comsapsbncdiscoveryui#/RfxEvent/preview/1110009235?anId=ANONYMOUS We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these. NHS SBS will use an eSourcing system for any procurement activity taken subsequent to this notice. The eSourcing system we will use is SAP Ariba (PLEASE NOTE: To register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a Framework if invited to do so). To access all information in relation to this opportunity, please click the 'Respond to Posting' button on this Discovery Posting in SAP Ariba. Potential bidders will then be asked to either login or register for an Ariba Network account. If you are creating a new account, due to a recently identified SAP Ariba technical issue, please follow the guidance attached to the notice, "NHS SBS Bidder Guide_creating an new account and selecting USA data centre." Please note that selecting the "USA:Quincy. WA" Data Centre Option is a required workaround. If you have an existing SAP Ariba supplier account that was created on after 16th January 2026, please follow the guidance attached to the notice, "NHS SBS Bidder Guidance_Access an event_Account already created post 16_01_26." If you have an existing SAP Ariba supplier account that was created before 16th January 2026, there are no reported technical issues and you will be taken directly to the event after entering your credentials. Potential bidders will then be given access to the opportunity and can begin to register their interest and raise clarification questions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067ddb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/031887-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

30 - Office and computing machinery, equipment and supplies except furniture and software packages

31 - Electrical machinery, apparatus, equipment and consumables; lighting

32 - Radio, television, communication, telecommunication and related equipment

34 - Transport equipment and auxiliary products to transportation

35 - Security, fire-fighting, police and defence equipment

38 - Laboratory, optical and precision equipments (excl. glasses)

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

48 - Software package and information systems

60 - Transport services (excl. Waste transport)

63 - Supporting and auxiliary transport services; travel agencies services

64 - Postal and telecommunications services

71 - Architectural, construction, engineering and inspection services

98 - Other community, social and personal services


CPV Codes

09310000 - Electricity

30162000 - Smart cards

30237280 - Power supply accessories

31158000 - Chargers

31600000 - Electrical equipment and apparatus

32510000 - Wireless telecommunications system

34000000 - Transport equipment and auxiliary products to transportation

35613000 - Unmanned aerial vehicles

38700000 - Time registers and the like; parking meters

38800000 - Industrial process control equipment and remote-control equipment

42992000 - Special-purpose electrical goods

42997300 - Industrial robots

44112000 - Miscellaneous building structures

45000000 - Construction work

48000000 - Software package and information systems

60130000 - Special-purpose road passenger-transport services

60161000 - Parcel transport services

63100000 - Cargo handling and storage services

64100000 - Post and courier services

71311200 - Transport systems consultancy services

71311300 - Infrastructure works consultancy services

98351000 - Car park management services

Notice Value(s)

Tender Value
£200,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Apr 20264 days ago
Submission Deadline
Not specified
Future Notice Date
12 Mar 202712 months to go
Award Date
Not specified
Contract Period
6 Apr 2028 - 6 Apr 2032 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SHARED BUSINESS SERVICES LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
EC1A 7BL
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
City of London
Electoral Ward
Farringdon Within
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-067ddb-2026-04-08T12:18:15+01:00",
    "date": "2026-04-08T12:18:15+01:00",
    "ocid": "ocds-h6vhtk-067ddb",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-05280446",
            "name": "NHS Shared Business Services Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05280446"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDVT-6171-VHCX"
                }
            ],
            "address": {
                "streetAddress": "1 Bartholomew Close",
                "locality": "London",
                "postalCode": "EC1A 7BL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "nsbs.categorymanagementsourcing@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.sbs.nhs.uk/",
                "classifications": [
                    {
                        "id": "publicUndertaking",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public undertaking"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05280446",
        "name": "NHS Shared Business Services Limited"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "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. 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 2nd generation Framework under the Procurement Act 2023 for the provision of Sustainable Transport and Infrastructure for healthcare and wider public sector to be used by NHS SBS Approved Organisations to lower carbon outputs and achieve carbon net zero by 2050. Potential suppliers wishing to participate in the preliminary market engagement should read the PME introduction document and complete and submit the Preliminary Market Engagement Questionnaire (PMEQ) on SAP Ariba before midday (GMT) 12 noon on 14th May 2026. Further information regarding the proposed Framework can be found via the following link: https://portal.us.bn.cloud.ariba.com/dashboard/public/appext/comsapsbncdiscoveryui#/RfxEvent/preview/1110009235?anId=ANONYMOUS We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these. NHS SBS will use an eSourcing system for any procurement activity taken subsequent to this notice. The eSourcing system we will use is SAP Ariba (PLEASE NOTE: To register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a Framework if invited to do so). To access all information in relation to this opportunity, please click the 'Respond to Posting' button on this Discovery Posting in SAP Ariba. Potential bidders will then be asked to either login or register for an Ariba Network account. If you are creating a new account, due to a recently identified SAP Ariba technical issue, please follow the guidance attached to the notice, \"NHS SBS Bidder Guide_creating an new account and selecting USA data centre.\" Please note that selecting the \"USA:Quincy. WA\" Data Centre Option is a required workaround. If you have an existing SAP Ariba supplier account that was created on after 16th January 2026, please follow the guidance attached to the notice, \"NHS SBS Bidder Guidance_Access an event_Account already created post 16_01_26.\" If you have an existing SAP Ariba supplier account that was created before 16th January 2026, there are no reported technical issues and you will be taken directly to the event after entering your credentials. Potential bidders will then be given access to the opportunity and can begin to register their interest and raise clarification questions.",
                "dueDate": "2026-05-14T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "031887-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031887-2026",
                "datePublished": "2026-04-08T12:18:15+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "SBS10540",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Sustainable Transport and Infrastructure 2 (SBS10540)",
        "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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09310000",
                        "description": "Electricity"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30162000",
                        "description": "Smart cards"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30237280",
                        "description": "Power supply accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31600000",
                        "description": "Electrical equipment and apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32510000",
                        "description": "Wireless telecommunications system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35613000",
                        "description": "Unmanned aerial vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38700000",
                        "description": "Time registers and the like; parking meters"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38800000",
                        "description": "Industrial process control equipment and remote-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42992000",
                        "description": "Special-purpose electrical goods"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42997300",
                        "description": "Industrial robots"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60130000",
                        "description": "Special-purpose road passenger-transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60161000",
                        "description": "Parcel transport services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63100000",
                        "description": "Cargo handling and storage services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64100000",
                        "description": "Post and courier services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98351000",
                        "description": "Car park management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "GG",
                        "country": "GG",
                        "countryName": "Guernsey"
                    },
                    {
                        "region": "IM",
                        "country": "IM",
                        "countryName": "Isle of Man"
                    },
                    {
                        "region": "JE",
                        "country": "JE",
                        "countryName": "Jersey"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 240000000,
            "amount": 200000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2028-04-07T00:00:00+01:00",
                    "endDate": "2032-04-06T23:59:59+01:00"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2027-03-12T23:59:59Z"
        },
        "status": "planning"
    },
    "language": "en"
}