Tender

Servicing and Maintenance of Medical Gas Pipeline Systems (MGPS) at Nottingham City Hospital

NOTTINGHAM UNIVERSITY HOSPITAL NHS TRUST

This public procurement record has 2 releases in its history.

TenderUpdate

19 Dec 2025 at 10:13

Tender

19 Dec 2025 at 09:52

Summary of the contracting process

The Nottingham University Hospital NHS Trust has initiated a procurement process for the servicing and maintenance of Medical Gas Pipeline Systems (MGPS) at the Nottingham City Hospital. This tender, active as of 19th December 2025, invites suppliers to participate in a competitive flexible procedure under the selective procurement method. The project is categorised under services related to the repair and maintenance of mechanical and electrical building installations, covering regions within the United Kingdom such as UKF14, UKF15, and others. Key dates include the deadline for expression of interest and enquiries on 30th January 2026, with the award period concluding on 1st September 2026. The contract term is set to commence on 1st December 2026, with an initial two-year period and the possibility of extension up to ten years, contingent on the supplier’s performance and budget availability. The financial value of the contract is estimated at £1,000,000 GBP exclusive of VAT. The procurement is administered through the Atamis e-Tendering portal, necessitating prior registration for access.

This tender presents significant opportunities for businesses specialising in the maintenance of hospital pipeline systems, particularly those capable of meeting rigorous Health Technical Memorandum (HTM) 02-01 standards. Firms with a strong technical background in mechanical and electrical systems, including the provision of medical gases, and an understanding of preventive maintenance procedures will find this contract appealing. The competitive assessment process, including a supplier questionnaire and potential site visits, allows suppliers to demonstrate their capability and compliance with NHS standards. Additionally, suppliers can enhance their standing by highlighting social value contributions, such as creating workforce opportunities and supporting underrepresented groups. Small and medium-sized enterprises (SMEs) are encouraged to participate, making this an inclusive opportunity for growth and increased business exposure within the healthcare sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Servicing and Maintenance of Medical Gas Pipeline Systems (MGPS) at Nottingham City Hospital

Notice 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.

Lot Information

Lot 1

Options: 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

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f9f0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/084740-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50710000 - Repair and maintenance services of electrical and mechanical building installations

50712000 - Repair and maintenance services of mechanical building installations

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
£1,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Dec 20252 months ago
Submission Deadline
30 Jan 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Dec 2026 - 30 Nov 2028 2-3 years
Recurrence
2032-12-01

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NOTTINGHAM UNIVERSITY HOSPITAL NHS TRUST
Contact Name
Darren J. Statham
Contact Email
darren.statham1@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
NOTTINGHAM
Postcode
NG5 1PB
Post Town
Nottingham
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF1 Derbyshire and Nottinghamshire
Small Region (ITL 3)
TLF14 Nottingham
Delivery Location
TLF14 Nottingham, TLF15 North Nottinghamshire, TLF16 South Nottinghamshire, TLF21 Leicester, TLF22 Leicestershire CC and Rutland

Local Authority
Nottingham
Electoral Ward
Sherwood
Westminster Constituency
Nottingham East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05f9f0-2025-12-19T10:13:34Z",
    "date": "2025-12-19T10:13:34Z",
    "ocid": "ocds-h6vhtk-05f9f0",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PVQC-9261-WGRM",
            "name": "Nottingham University Hospital NHS Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVQC-9261-WGRM"
            },
            "address": {
                "streetAddress": "City Campus, Hucknall Road",
                "locality": "Nottingham",
                "postalCode": "NG5 1PB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF14"
            },
            "contactPoint": {
                "name": "Darren J. Statham",
                "email": "darren.statham1@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.nuh.nhs.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVQC-9261-WGRM",
        "name": "Nottingham University Hospital NHS Trust"
    },
    "planning": {
        "noEngagementNoticeRationale": "A Preliminary Market Engagement Notice was published on 11 August 2025. Please see the following link for details: https://www.find-tender.service.gov.uk/Notice/047661-2025"
    },
    "tender": {
        "id": "C381791",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Servicing and Maintenance of Medical Gas Pipeline Systems (MGPS) at Nottingham City Hospital",
        "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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50712000",
                        "description": "Repair and maintenance services of mechanical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF15",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF16",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF15",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF16",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 1200000,
            "amount": 1000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "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)."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "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.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-01-30T12:00:00Z",
        "enquiryPeriod": {
            "endDate": "2026-01-30T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-09-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 1200000,
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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.",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "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 contract workforce, reducing barriers to entry for underrepresented groups.\"",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price scores will be calculated based upon the lowest price submitted by Suppliers.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "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.",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "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 contract workforce, reducing barriers to entry for underrepresented groups.\"",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price scores will be calculated based upon the lowest price submitted by Suppliers.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 2
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "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"
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        },
                        {
                            "description": "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.",
                            "forReduction": true
                        },
                        {
                            "type": "economic",
                            "description": "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"
                        },
                        {
                            "type": "technical",
                            "description": "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."
                        },
                        {
                            "description": "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.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-12-01T00:00:00Z",
                    "endDate": "2028-11-30T23:59:59Z",
                    "maxExtentDate": "2036-11-30T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "hasOptions": true,
                "options": {
                    "description": "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"
                }
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "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."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "084723-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/084723-2025",
                "datePublished": "2025-12-19T09:52:16Z",
                "format": "text/html"
            },
            {
                "id": "084740-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/084740-2025",
                "datePublished": "2025-12-19T10:13:34Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2032-12-01T23:59:59Z"
                },
                {
                    "startDate": "2032-12-01T23:59:59Z"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Further details concerning payment terms can be found in the associated procurement documents."
        },
        "riskDetails": "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.",
        "amendments": [
            {
                "id": "084740-2025",
                "description": "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. We have updated earlier notices to correct the issue with the Tender Notice accordingly."
            }
        ]
    },
    "language": "en"
}