Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Property Services Limited
Regent House, Heaton Lane
Stockport
SK4 1BS
UK
Contact person: Dami Jol
Telephone: +44 07909002435
E-mail: dami.jol@property.nhs.uk
NUTS: UKD35
Internet address(es)
Main address: https://www.property.nhs.uk/
Address of the buyer profile: https://www.property.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://health-family.force.com/s/Welcome
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: NHS Estate Management
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision National Standby Generators, UPS and PFC Maintenance Services
Reference number: C322630
II.1.2) Main CPV code
50532300
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Property Services enables excellent patient care by acting as a trusted advisor to the NHS and by providing the best estate solutions.<br/><br/>We manage 2,700 properties with 6,300 customers across England, which accounts for approximately 10% of the total NHS estate. Our properties range from listed buildings to new integrated care centres and include hospitals, GP practices and offices.
II.1.5) Estimated total value
Value excluding VAT:
7 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31154000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UKC - North East (England) <br/>UKD - North West (England) <br/>UKE - Yorkshire and the Humber <br/>UKF - East Midlands (England) <br/>UKG - West Midlands (England) <br/>UKH - East of England UKI - London <br/>UKJ - South East (England) <br/>UKK - South West (England)
II.2.4) Description of the procurement
NHS Property Services is seeking suitably experienced and qualified tenderers to fulfil it's requirements for the Provision National Standby Generators, UPS and PFC Maintenance Services for various sites across England.<br/><br/>The successful tenderer must be able to demonstrate their competency in delivering the services as outlined within the specification of requirement (Appendix 1) and be suitably certified and affiliated to a recognised industry representative group(s).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
7 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
This contract is subject to renewal upon expiry of the initial term and any possible extensions. Details surrounding the contract term can be found within the tender documentation - ITT.<br/><br/>The formal renewal process surrounding this contract will take place prior to the full contract term ending.
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 extension options for up to 1 year each. Extensions shall not be guaranteed and shall be confirmed by NHSPS according to market conditions, Provider performance and NHSPS requirements
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
This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.
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:
Due to the technical nature of this procurement, it is anticipated that the successful tenderer will meet the statutory requirements to operate safely within the industry and will be suitably affiliated to the relevant trade registers and professional body(s).
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
III.2.2) Contract performance conditions
Due to the technical nature of this procurement, it is anticipated that the successful tenderer will meet the statutory requirements to operate safely within the industry and will be suitably affiliated to the relevant trade registers and professional body(s).
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/01/2025
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
Tender must be valid until:
06/01/2025
IV.2.7) Conditions for opening of tenders
Date:
28/11/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This contract is subject to renewal upon expiry of the initial term and/or any possible extensions thereafter. Specific details surrounding the contract term can be found within ITT in the tender documentation.
VI.3) Additional information
This tender process will be conducted via the Atamis portal. The portal can be accessed by the following link: https://health-family.force.com/s/Welcome.<br/><br/>If you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register.<br/><br/>If you have not already done so you should now register as a Supplier on the shared system.<br/>You can register here: https://health-family.force.com/s/Welcome<br/><br/>The process is very straightforward, but if you find you do need advice or support in registering, please contact the Atamis helpdesk using the following details:<br/>Phone: 0800 9956035<br/>E-mail: support-health@atamis.co.uk<br/>Here is the Atamis Supplier Management guide for information.
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice for England and Wales
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
28/11/2024