Scope
Reference
C381791
Description
The Nottingham University Hospitals NHS Trust (The Authority) requires a Supplier for the provision of Servicing and Maintenance of the Medical Gas Pipeline System (MGPS) at the Nottingham City Hospital.
The purpose of the contract is to ensure the Authority complies with Health Technical Memorandum (HTM) 02-01 as well as applicable standards and relevant legislation. A copy of HTM 02-01 can be found on the NHS England website:
- https://www.england.nhs.uk/estates/health-technical-memoranda/
The objective of the contract is to ensure the provision of safe and MGPS for administering of medical gases (E.g. oxygen) to patients under the care of the Authority.
An MPGS comprises a source of supply, pipeline distribution system, terminal units (to which the user connects and disconnects medical equipment) and a warning/alarm system. Systems include for, but are not limited to, provision of oxygen, nitrous oxide and medical air for respiratory and surgical applications.
To ensure the MGPS operates safely and reliably, the Authority requires a Supplier to provide regular planned preventative maintenance (PPM) to mitigate risks of faults or failures occurring. A minor issue, such as a leak in the pipeline for example, may have major consequences such as patient fatality as a result of oxygen deprivation.
The PPM must be carried out in full accordance with the requirements of HTM 02-01 Part B (Operational Management Chapter 10 maintenance 10.1 to 10.161) and the Supplier must include all consumables and manufacturer's identifiable parts for quarterly or annual routine servicing on all of the Authority's medical gas pipe, plant and systems and include:
- All plant equipment servicing as per manufacturer's recommendations
- Annual AGSS LEV testing and certification.
- Dental air and vacuum.
- Pathology Gases.
The Services detailed in the associated procurement documents are deemed to be the minimum required to be undertaken during each quarterly and annual service visit. The Supplier shall be required, from time to time, to perform any other task required as part of the service in order for the relevant system(s) to remain compliant with HTM 02-01.
Total value (estimated)
- £1,000,000 excluding VAT
- £1,200,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 December 2026 to 30 November 2028
- Possible extension to 30 November 2036
- 10 years
Description of possible extension:
The Term is 2 years with the option to extend in 1-year increments to a maximum term of 10 years.
Extensions shall be granted on the basis of good performance, available budgets and the Authority's requirements.
Options
The right to additional purchases while the contract is valid.
Options shall include, but not be limited to, the following:
- The Commercial Schedule is to be based on the total equipment to be maintained at the Premises for the duration of the Term.
- The quantities in the Commercial Schedule are provided in good faith; however, these figures may be subject to change (E.g. the number of systems may increase or decrease following completion of a separate building project).
- The Prices in the Commercial Schedule shall be determined by multiplying the relevant rate by the quantity, which shall be the number of required over the Term.
- Subject to the Supplier achieving a rating of Good required by relevant KPI's, on the 2nd anniversary of the Actual Services Commencement Date, any request to increase the rates and Prices in the Commercial Schedule must be in line with the following price adjustment for inflation (PAFI)mechanism detailed in Schedule 6 of the Contract.
- Details concerning the above and any other options are stated in the associated procurement documents
Main procurement category
Services
CPV classifications
- 50712000 - Repair and maintenance services of mechanical building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
Contract locations
- UKF14 - Nottingham
- UKF15 - North Nottinghamshire
- UKF16 - South Nottinghamshire
- UKF21 - Leicester
- UKF22 - Leicestershire CC and Rutland
Justification for not using lots
Please note that the Authority issued a Planned Procurement Notice on 5 February 2025 indicating this procurement would be split into lots covering contracts for both the Nottingham City Hospital and Queen's Medical Centre (QMC) sites. However, due to timescales, the QMC contract was awarded separately.
The response to the Preliminary Market Engagement indicated that splitting the Nottingham City Hospital contract into lots was not appropriate for this requirement..
A link to the planned procurement notice can be found below:
https://www.find-tender.service.gov.uk/Notice/007179-2025
Unfortunately, due to a system limitation with the DHSC atamis system, the Authority has been prevented from linking this notice to the previous notices published.
This is because earlier notices stated the contract would be split into lots. It appears the atamis system does not allow us to publish a subsequent linked notice stating the contract would not be split into lots.
Participation
Legal and financial capacity conditions of participation
Assessment of Supplier's Legal & financial capacity shall be based on the following:
- Suppliers must meet the minimum level of economic and financial standing and/or a minimum financial threshold specified under section 9.11 of the ITT
- The Authority intends to enter into a contract with the successful Supplier based on the NHS Terms and Conditions for the Supply of Goods and Provision of Services with amendments. By submitting a Tender, Suppliers are agreeing to be bound by the terms of the ITT and the draft contract as issued with the ITT without further negotiation or amendment.
- Any other relevant criteria as stated in the associated procurement documents
Technical ability conditions of participation
The Authority has set Conditions of Participation as a proportionate means of ensuring that Suppliers have the legal and financial capacity and/or technical ability, to perform the contract.
Supplier's responses to the Supplier Information Questions will be used to assess whether the Supplier satisfies the conditions of participation for this Procurement. Suppliers must satisfy these conditions if they are to be invited to submit a Tender.
If a Supplier does not satisfy the Conditions of Participation, then then the Authority may disregard its Supplier Information Questionnaire and/or Tender submission and exclude the Supplier from participating in, or progressing as part of, the Procurement process.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
30 January 2026, 12:00pm
Submission type
Requests to participate
Deadline for requests to participate
30 January 2026, 12:00pm
Submission address and any special instructions
The Authority will be administering the Procurement via the Atamis e-Tendering portal: https://health-family.force.com/s/Welcome
Please ensure you register on the portal sufficiently ahead of time to ensure you are able to access the eventual Procurement at the earliest opportunity.
If you have any problems with the portal. you should contact the helpdesk on 0800 0988201 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.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Minimum 2 suppliers
Selection criteria:
The Authority shall carry out an Intermediate Assessment of the responses to the Supplier Information Questions submitted prior to the Deadline for Requests to Participate.
Only those Suppliers shortlisted following the Intermediate Assessment of each Supplier Information Questionnaire submitted shall be selected to participate further in this Procurement process to submit a Tender.
Award decision date (estimated)
1 September 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 December 2032
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Suppliers are required to respond to a number of Scored Questions within Annex B3 of the Supplier Response Document which are intended to explain how they will meet the relevant requirements. |
Quality | 55.00% |
| Price | Price scores will be calculated based upon the lowest price submitted by Suppliers. |
Price | 35.00% |
| Social Value | When submitting a Tender Suppliers will have the opportunity to demonstrate how their organisations will support the following Social Value Outcome: "Creating a pipeline of opportunities for the... |
Quality | 10.00% |
Other information
Payment terms
Further details concerning payment terms can be found in the associated procurement documents.
Description of risks to contract performance
Risks concerning this contract include, but may not be limited to, the following:
- Changes to Health Technical Memorandum (HTM)
- Expansion or reduction of the Services
- Capacity Constraints
- Expansion of Integrated Care Board
- Budgetary Changes
- Changes to the Authority's requirements.
- Collaboration with Partners
- Termination of the relevant Queen's Medical Centre Contract
Further details concerning risks may be found in the associated procurement documents.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The Procurement process shall constitute the following Stages:
Stage 1 - Response to Supplier Information Questionnaire
The submission by each Supplier of a response to the Supplier Information Questions and the assessment of each such Supplier Information Questionnaire submission received by the Authority (The Intermediate Assessment).
Stage 2 - Site Visit
Those Suppliers shortlisted following the Intermediate Assessment of each Supplier Information Questionnaire submitted at Stage 1 of this procurement process shall be invited to attend a site visit.
Stage 3 - Invitation to Tender
The Authority shall invite all those Suppliers selected to participate further in this Procurement process to submit a Tender.
More information regarding the procurement process can be found within the associated procurement documents including, but not limited to, section 4 of the ITT (Part A).
Justification for not publishing a preliminary market engagement notice
A Preliminary Market Engagement Notice was published on 11 August 2025. Please see the following link for details:
Contracting authority
Nottingham University Hospital NHS Trust
- Public Procurement Organisation Number: PVQC-9261-WGRM
City Campus, Hucknall Road
Nottingham
NG5 1PB
United Kingdom
Region: UKF14 - Nottingham
Organisation type: Public authority - central government