Tender

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

  • Nottingham City Campus, Hucknall Road

F02: Contract notice

Notice identifier: 2024/S 000-006237

Procurement identifier (OCID): ocds-h6vhtk-043d1a

Published 27 February 2024, 11:47am



The closing date and time has been changed to:

19 April 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Nottingham City Campus, Hucknall Road

NG5 1PB

Nottingham

NG5 1PB

Contact

Darren J. Statham

Email

darren.statham@nuh.nhs.uk

Country

United Kingdom

Region code

UKF14 - Nottingham

Internet address(es)

Main address

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

Buyer's address

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

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned 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

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

C249395

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.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

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

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £600,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the procurement documents

three.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 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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

12 April 2024

Local time

12:00pm

Changed to:

Date

19 April 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

12 April 2024

Local time

12:00pm

Place

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028

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

Royal Courts of Justice

London

London

London

Country

United Kingdom

Internet address

https://www.justice.gov.uk

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

London

London

Country

United Kingdom

Internet address

https://www.justice.gov.uk

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.