Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Nottingham University Hospitals NHS Trust
City Campus, Hucknall Road
NG5 1PB Nottingham
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.nhssourcing.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Fire Alarm Maintenance.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Nottingham University Hospitals NHS Trust All Campuses.
NUTS code UKF14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreementDuration of the framework agreement
Duration in months: 36
II.1.5)Short description of the contract or purchase(s)Nottingham University Hospitals NHS Trust has a requirement to contract for the provision of Hospital Fire Alarm Maintenance.
The requirement will be for either one single supplier for City and QMC campus or two suppliers, one for each site, (this will be determined through the tender evaluation process) to provide this service to all the required Trust sites.
As a guide, it is the intention of the Trust to engage the services of the successful supplier from July/August 2013 with a view to maintenance works being carried out in 4 number Quarterly visits.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: City Campus1)Short descriptionLot 1 City Campus: Fire Alarm Maintenance.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeLot 1 City Campus: Approx budget GBP 40k per annum.
The Campus currently comprises a number of Gent Systems that are all Networks linked to a Master Terminal located in the Telephone Switch room.
Where other Systems exist, there are Thorn systems covering buildings 148, 149, 142 and 143 on South corridor. These are interfaced locally onto the Gent System. The enclosed Building Schedule clearly identifies the types of Systems on the Campus.
The Maintenance is to include for all Third Party Signalling to ensure the Integrity of Cabling and receiving of signals by the Third Party Panel / Control Equipment.
Estimated value excluding VAT: 120 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 36 (from the award of the contract)
5)Additional information about lotsThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 2 Lot title: Lot 2 QMC Campus1)Short descriptionQMC Campus Fire Alarm Maintenance.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeQueens Medical Centre Approx budget GBP 52.5k per annum.
The Campus current system is Ziton throughout the campus comprising of 70 panels and 3 Master Maestro terminals and 2 Stratos airsense systems.6 Advanced Emergency Void Escape Lighting panels.
The Maintenance is to include for all Third Party.
Signalling to ensure the Integrity of Cabling and receiving of signals by the Third Party Panel / Control Equipment.
Estimated value excluding VAT: 157,50 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 36 (from the award of the contract)
5)Additional information about lotsThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:NHS Terms and Conditions.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://www.nhssourcing.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest' button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial abilityMinimum level(s) of standards possibly required: As per the memorandum of information.
III.2.3)Technical capacityMinimum level(s) of standards possibly required:
As per the memorandum of information.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: As per the Pre qualification process.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:NUH-1213-041.
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate23.5.2013 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates23.4.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThe Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:23.4.2013