Section one: Contracting authority
one.1) Name and addresses
University Hospitals Bristol and Weston NHS Foundation Trust
Trust Headquarters, Marlborough St,
Bristol
BS13NU
Contact
Emma Zander-Scott
Country
United Kingdom
Region code
UKK11 - Bristol, City of
NHS Organisation Data Service
RA7
Internet address(es)
Main address
Buyer's address
https://www.nbt.nhs.uk/bristol-weston-nhs-purchasing-consortium/procurement-strategy
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://service.ariba.com/Supplier.aw/109549047/aw?awh=r&awssk=Uy.bqbwd&dard=1
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://service.ariba.com/Supplier.aw/109549047/aw?awh=r&awssk=Uy.bqbwd&dard=1
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Enterprise Network Replacement Programme - Further Competition via CCS Network Services 3 Framework (Lot 2a)
Reference number
BWPCIT001745
two.1.2) Main CPV code
- 72710000 - Local area network services
two.1.3) Type of contract
Services
two.1.4) Short description
Deadline for tender submission: Wednesday 24th September at 12:00pm
This Prior Information Notice is being used as a call for competition under Regulation 48(5) of the Public Contracts Regulations 2015.
This procurement is being conducted as a Further Competition under the Crown Commercial Service (CCS) Network Services 3 Framework - Lot 2a (Local Connectivity Services). - https://www.crowncommercial.gov.uk/agreements/RM6116:2a/lot-suppliers
Only suppliers appointed to Lot 2a of the CCS Network Services 3 Framework are eligible to participate.
Framework suppliers must access the competition documentation via the BWPC SAP Ariba platform.
1. Introduction to BWPC and How to Do Business
The Bristol & Weston NHS Purchasing Consortium (BWPC) is a collaborative procurement organisation serving NHS Trusts across the region. BWPC supports strategic sourcing and procurement activities, ensuring value for money and compliance with public sector regulations.
BWPC shall issue the Invitation to Further Competition via the SAP Ariba e-procurement platform, using the email addresses registered by suppliers on the CCS Network Services 3 Framework (Lot 2a). Eligible suppliers shall receive an automated invitation to participate in the competition, enabling access to the portal and initiation of the e-procurement process.
Please note: This opportunity is strictly limited to suppliers appointed to Lot 2a of the CCS Network Services 3 Framework. Suppliers not listed on the framework are not eligible to participate and should not submit enquiries regarding bidding.
Suppliers interested in doing business with BWPC must be registered on the SAP Ariba e-procurement platform, which facilitates secure and transparent tendering processes. Guidance on registration and access is available via the BWPC supplier portal: https://www.nbt.nhs.uk/bristol-weston-nhs-purchasing-consortium/supplier-sap-business-network
2. UHBW's Digital Strategy and the Role of Network Replacement
University Hospitals Bristol and Weston NHS Foundation Trust (UHBW) is committed to delivering a modern, digitally enabled healthcare environment. The Trust's Five-Year Digital Strategy outlines a vision for integrated, intelligent systems that empower clinicians and improve patient outcomes.
The Enterprise Network Replacement Programme is a foundational enabler of this strategy, ensuring resilient, secure, and high-performance connectivity across all UHBW sites.
For more info, please review: https://www.uhbw.nhs.uk/assets/1/uhbw_five_year_digital_strategy_published.pdf
3. Strategic Context - Bristol NHS Group
UHBW is part of the Bristol NHS Group, a collaborative initiative between local NHS organisations to deliver joined-up care across the region. The network replacement programme aligns with the Group's long-term goals and more information can be found: https://www.uhbw.nhs.uk/p/about-us/bristol-nhs-group
4. Procurement Route and Eligibility
This procurement is being conducted as a Further Competition under the Crown Commercial Service (CCS) Network Services 3 Framework - Lot 2a (Local Connectivity Services).
Please note: This opportunity is strictly limited to suppliers appointed to Lot 2a of the CCS Network Services 3 Framework. Suppliers not listed on the framework are not eligible to participate and should not submit enquiries regarding bidding.
This Prior Information Notice is being used as a call for competition under Regulation 48(5) of the Public Contracts Regulations 2015. No further contract notice will be published. Interested suppliers must express interest via the BWPC SAP Ariba platform.
5. Key Dates and Information
Estimated contract value: £24,500,000
Contract duration: 7 years with the option to extend a further 3 years
Deadline for tender submission: Wednesday 24th September at 12:00pm
Anticipated contract start date: 1st April 2026
Contact point for enquiries: Procurement@nbt.nhs.uk
two.1.5) Estimated total value
Value excluding VAT: £24,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32410000 - Local area network
- 72710000 - Local area network services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
University Hospitals Bristol NHS Foundation Trust
Trust Headquarters
Marlborough Street
Bristol
BS1 3NU
two.2.4) Description of the procurement
The Trust is seeking to procure a managed service for the replacement and ongoing maintenance of its enterprise network infrastructure.
This service shall encompass the design, deployment, and lifecycle support of a resilient, secure, and scalable network across all UHBW sites.
The solution must align with the Trust's digital strategy and support critical clinical and operational services through high-availability connectivity, proactive monitoring, and responsive support.
Please refer to Schedule 4 - Specification, for further detail regarding the requirement.
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: £24,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the contract by a further period or periods not exceeding thirty-six (36) months in total.
Such extensions may be exercised in increments of twelve (12) months or any other combination of periods, provided that the total duration of the contract does not exceed one-hundred and twenty (120) months.
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
Suppliers must be appointed to Lot 2a of the CCS Network Services 3 Framework, which confirms their suitability to pursue the professional activity required under this procurement.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of expressions of interest
Date
1 September 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.5) Scheduled date for start of award procedures
1 April 2026
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom