Tender

Provision National Standby Generators, UPS and PFC Maintenance Services

  • NHS Property Services Limited

F02: Contract notice

Notice identifier: 2024/S 000-038523

Procurement identifier (OCID): ocds-h6vhtk-04c0f6

Published 28 November 2024, 10:18pm



Section one: Contracting authority

one.1) Name and addresses

NHS Property Services Limited

Regent House, Heaton Lane

Stockport

SK4 1BS

Contact

Dami Jol

Email

dami.jol@property.nhs.uk

Telephone

+44 07909002435

Country

United Kingdom

Region code

UKD35 - Greater Manchester South East

Internet address(es)

Main address

https://www.property.nhs.uk/

Buyer's address

https://www.property.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

Body governed by public law

one.5) Main activity

Other activity

NHS Estate Management


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision National Standby Generators, UPS and PFC Maintenance Services

Reference number

C322630

two.1.2) Main CPV code

  • 50532300 - Repair and maintenance services of generators

two.1.3) Type of contract

Services

two.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.

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.

two.1.5) Estimated total value

Value excluding VAT: £7,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31154000 - Uninterruptible power supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UKC - North East (England)
UKD - North West (England)
UKE - Yorkshire and the Humber
UKF - East Midlands (England)
UKG - West Midlands (England)
UKH - East of England UKI - London
UKJ - South East (England)
UKK - South West (England)

two.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.

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).

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: £7,500,000

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

Start date

1 April 2025

End date

31 March 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.

The formal renewal process surrounding this contract will take place prior to the full contract term ending.

two.2.10) Information about variants

Variants will be accepted: No

two.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

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

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 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

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).

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

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 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

Date

6 January 2025

Local time

12:00pm

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

Tender must be valid until: 6 January 2025

four.2.7) Conditions for opening of tenders

Date

28 November 2024

Local time

12:00pm


Section six. Complementary information

six.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.

six.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.

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.

If you have not already done so you should now register as a Supplier on the shared system.
You can register here: https://health-family.force.com/s/Welcome

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:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
Here is the Atamis Supplier Management guide for information.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice for England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom