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.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
Servicing and Maintenance of Permanent Generators and Hire of Temporary Generator Sets
Reference number
C316714
two.1.2) Main CPV code
- 50530000 - Repair and maintenance services of machinery
two.1.3) Type of contract
Services
two.1.4) Short description
A contractor is required to provide comprehensive planned generator servicing and maintenance (henceforth collectively “the service”) to Nottingham University Hospitals Trust (The Client)’s generator sets, including, but not limited to, the following:
a. Planned Preventative maintenance comprising both a:
i. Minor Service as defined in the specification, and
ii. Major Service as defined in the specification, which shall include, but not be limited to, oil change and provision of
temporary generator sets as a minimum
b. Load bank testing to be completed after major service
c. Ad-hoc call-out services and reactive maintenance (E.g. call out to attend the property in the event of a fault with the Trust’s generator(s)
d. Disaster recovery solution which shall include, but not be limited to, provision of temporary generator sets on a hire basis in the event of failure/fault with the Client’s generator set(s).
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50532300 - Repair and maintenance services of generators
- 31120000 - Generators
- 31127000 - Emergency generator
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
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 Purpose of the Client’s generators is to provide resilience in the event the property’s electrical supply is disrupted e.g. due to mains power failure or localised electrical infrastructure failure.
The Objective of the Client’s generators is to ensure the Client’s critical operations, including, but not limited to operating theatres, aren’t hindered due to lack of electrical supply.
In order to satisfy the Purpose and Objective, the service shall include, but not be limited to, the following:
a) service and maintain the Client’s generator sets to a high standard to ensure all of the Client’s generators operate to a high level of reliability, efficiency and availability.
b) ensure that temporary generators are supplied and installed as part of the Contractor's proposed disaster recovery solution to provide resilience within the minimum timeframes in the event any of the Client’s generator set(s) fail or be unavailable for any reason.
- Installation shall include, but not be limited to, doing everything necessary to enable the Contractor’s temporary generator set to provide electricity supply to the Client’s property.
c) Make suggestions/recommendations to increase reliability whilst providing value for money.
In addition to the requirements set out in the Scope, the Contractor shall ensure the Client’s generator sets are serviced and maintained in accordance with the following:
a) Health Technical Memorandum 06-01 (HTM 06-01)
b) Health Technical Memorandum 06-02 (HTM 06-02)
c) relevant manufacturer’s recommendations
d) relevant industry standards
e) good industry practice
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2030
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: 55
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 35
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
Date
31 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 January 2025
Local time
12:00pm
Place
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
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
Strand
London
WC2A 2LL,
Country
United Kingdom
Internet address
https://www.theroyalcourtsofjustice.com
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL,
Country
United Kingdom
Internet address
https://www.theroyalcourtsofjustice.com
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.