Tender

Servicing and Maintenance of Permanent Generators and Hire of Temporary Generator Sets

  • Nottingham City Campus, Hucknall Road

F02: Contract notice

Notice identifier: 2024/S 000-039028

Procurement identifier (OCID): ocds-h6vhtk-04c218

Published 4 December 2024, 11:24am



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.statham1@nhs.net

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

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

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: 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.