Section one: Contracting authority
one.1) Name and addresses
Nottingham City Campus, Hucknall Road
NG5 1PB
Nottingham
NG5 1PB
Contact
Darren J. Statham
Country
United Kingdom
Region code
UKF14 - Nottingham
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Other type
NHS Trust
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Maintenance Support Services for the Nottingham University Hospitals Trust Building Management Systems
Reference number
C300459
two.1.2) Main CPV code
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.1.3) Type of contract
Services
two.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.
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.
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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £600,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKF14 - Nottingham
Main site or place of performance
- Queens Medical Centre, Derby Road, Nottingham, NG7 2UH
- City Hospital, Hucknall Road, Nottingham NG5 1PB
- Ropewalk House, 113 The Ropewalk, Nottingham, NG1 5DU
two.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.
This project is currently ongoing and is estimated to be completed sometime during the 2nd half of 2024.
In addition, it has recently decided to create an in-house BMS team of two engineers and one engineering manager.
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.
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.
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.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Quality criterion - Name: Social Valuie / Weighting: 10
Price - Weighting: 30
two.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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Award criteria
Criteria below:
Quality criterion - Name: Technical / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-011969
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 February 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Schneider Electric Limited
Stafford Park 5
Telford
TF3 3BL
gb-customerservices@gb.schneider-electric.com
Telephone
+44 3305878030
Country
United Kingdom
NUTS code
- UKG21 - Telford and Wrekin
National registration number
01407228
Internet address
http://www.schneider-electric.co.uk
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £600,000
Total value of the contract/lot: £600,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 10 %
Short description of the part of the contract to be subcontracted
Servicing and maintenance of existing in situ Trend BMS controllers.
Section six. Complementary information
six.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.
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL UK
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
High Court
The Strand
London
WC2A 2LL UK
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.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.