Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Maintenance Support Services for the Nottingham University Hospitals Trust Building Management Systems

  • First published: 28 February 2024
  • Last modified: 28 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-043d1a
Published by:
Nottingham City Campus, Hucknall Road
Authority ID:
AA80972
Publication date:
28 February 2024
Deadline date:
12 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Client recently received significant funding via the Public Sector Decarbonisation Scheme (PSDS) to upgrade its Building Management Systems (BMS) at its property.<br/><br/>This project is currently ongoing and is estimated to be completed sometime during the 2nd half of 2024.<br/><br/>In addition, it has recently decided to create an in-house BMS team of two engineers and one engineering manager.<br/><br/>The Client therefore requires a Contractor to provide reliable support whilst the in-house team gets up to speed. In addition, there will be a significant requirement to carry out work that the in-house team does not have the capacity to carry out on an ongoing basis.<br/><br/>The existing BMS is composed of both Trend and Schneider systems. As a result the Client requires a Contractor to be approved to work on and experienced in working on both systems.<br/><br/>Any values or quantities quoted in these documents are given in good faith as a representation of past purchasing and current planning to assist you in submitting your offer. Therefore, should not be construed as an undertaking on behalf of the Client to infer, promise or guarantee the levels of work to be made available via the contract. The nature of the work, particularly unplanned reactive work, may result in expenditure exceeding the values quoted in the contract notice and the associated procurement documents. Therefore, the actual values may increase or decrease over the life of the contract dependant on grants, budgets, circumstances and requirements.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Nottingham City Campus, Hucknall Road

NG5 1PB

Nottingham

NG5 1PB

UK

Contact person: Darren J. Statham

E-mail: darren.statham@nuh.nhs.uk

NUTS: UKF14

Internet address(es)

Main address: https://www.nuh.nhs.uk/

Address of the buyer profile: https://www.nuh.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

Other: NHS Trust

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Maintenance Support Services for the Nottingham University Hospitals Trust Building Management Systems

Reference number: C249395

II.1.2) Main CPV code

50710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Nottingham University Hospitals NHS Trust (The Client)'s building management systems (BMS) consists of software and hardware, which controls and monitors the mechanical and electrical equipment such as power systems, HVAC (heating, ventilation, air conditioning), lighting, fire protection, and security systems within its various buildings.<br/><br/>In recent years, the functionality of BMS’s has evolved to include energy efficiency and sustainability. For this reason, the Trust embarked on a project to roll out a BMS across its estate.<br/><br/>To support the day to day running of the systems, the Client both planned and ad-hoc (e.g. reactive) engineering support across all three campuses.

II.1.5) Estimated total value

Value excluding VAT: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71334000

II.2.3) Place of performance

NUTS code:

UKF14


Main site or place of performance:

- Queens Medical Centre, Derby Road, Nottingham, NG7 2UH<br/><br/>- City Hospital, Hucknall Road, Nottingham NG5 1PB<br/><br/>- Ropewalk House, 113 The Ropewalk, Nottingham, NG1 5DU

II.2.4) Description of the procurement

The Client recently received significant funding via the Public Sector Decarbonisation Scheme (PSDS) to upgrade its Building Management Systems (BMS) at its property.<br/><br/>This project is currently ongoing and is estimated to be completed sometime during the 2nd half of 2024.<br/><br/>In addition, it has recently decided to create an in-house BMS team of two engineers and one engineering manager.<br/><br/>The Client therefore requires a Contractor to provide reliable support whilst the in-house team gets up to speed. In addition, there will be a significant requirement to carry out work that the in-house team does not have the capacity to carry out on an ongoing basis.<br/><br/>The existing BMS is composed of both Trend and Schneider systems. As a result the Client requires a Contractor to be approved to work on and experienced in working on both systems.<br/><br/>Any values or quantities quoted in these documents are given in good faith as a representation of past purchasing and current planning to assist you in submitting your offer. Therefore, should not be construed as an undertaking on behalf of the Client to infer, promise or guarantee the levels of work to be made available via the contract. The nature of the work, particularly unplanned reactive work, may result in expenditure exceeding the values quoted in the contract notice and the associated procurement documents. Therefore, the actual values may increase or decrease over the life of the contract dependant on grants, budgets, circumstances and requirements.

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: 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

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:

The duration of the contract is 24 months (The Initial Term), with the option to extend for a further 36 months, meaning the duration of the contract may be extended to a maximum of 60 months

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

Award criteria<br/>Criteria below:<br/>Quality criterion - Name: Technical / Weighting: 60<br/>Quality criterion - Name: Social Value / Weighting: 10<br/>Price - Weighting: 30

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:

As set out in the procurement documents

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

As set out in the procurement documents

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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: 12/04/2024

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

Duration in months: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/04/2024

Local time: 12:00

Place:

https://health-family.force.com/s/Welcome

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2028

VI.3) Additional information

If you have any problems with the Electronic Portal., you should contact the helpdesk on 0800 9956035 or by sending an email to support-health@atamis.co.uk . The helpline is open Monday to Friday between 8 am and 6 pm excluding public and bank holidays.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

London

London

UK

Internet address(es)

URL: https://www.justice.gov.uk

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

London

London

UK

Internet address(es)

URL: https://www.justice.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Nottingham University Hospitals NHS Trust (The Client) will incorporate a minimum 10 calendar days standstill period at the point of information on the award of the contract, as communicated to Bidders. Applicants who are unsuccessful shall be informed by the Client as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

27/02/2024

Coding

Commodity categories

ID Title Parent category
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
darren.statham@nuh.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.