← Back to opportunities

Maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB.

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Buyer Contact Info

Buyer Name: NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Buyer Address: 4-5 Charnwood Court,, Cardiff, UKL22, CF14 3UZ, United Kingdom

Contact Name: Lewis Ford

Contact Email: lewis.ford@wales.nhs.uk

Status
complete
Procedure
direct
Value
90620.0 GBP
Published
01 Sep 2025, 14:05
Deadline
n/a
Contract Start
21 Sep 2025, 23:00
Contract End
21 Sep 2026, 22:59
Category
n/a
CPV
50800000 - Miscellaneous repair and maintenance services
Region
n/a
Awarded To
Morris Line Engineering Limited
Official Source
Open Find a Tender

Description

CTMUHB wishes to appoint Morris Churchfield to continue delivering the maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB, which is seen as a critical contract to the Estates department. Morris Churchfield (MC) has in depth knowledge of CTMUHB systems and maintain a strong working relationship with the health board. A significant amount of new equipment and assets has been installed across the Princess of Wales Hospital (PoW) as part of the fire alarm upgrade works carried out several years ago, as well as during the Ground and First Floor refurbishment project at Prince Charles Hospital (PCH). Both of these projects include high-value warranties on the installed equipment and assets. In addition, Morris Churchfield has secured the next phase of work at Prince Charles Hospital (PCH) under the Ground & First Floor (G&FF) scheme. Re-tendering this work could place considerable strain on the G&FF scheme’s budget. MC have also installed new detector heads and network cards at Royal Glamorgan Hospital (RGH), Prince Charles Hospital (outside the G&FF scheme), and Glan Rhyd Hospital. Furthermore, Morris Churchfield secured work at Ysbyty Cwm Rhondda (YCR), Ysbyty George Thomas (YGT), Cefn Yr Afon, and Pinewood House in the last financial year. All equipment installed during that period remains under warranty. MC are also currently undertaking substantial works at the Princess of Wales Hospital (PoW) as part of the roof replacement and additional work stream and the theatre fire enforcement works on the same site. To try and manage this type of crossover would be extremely difficult based on the number of assets and the complexity of the life safety systems. In addition, the warranty cover would be void on the installer element of the works, albeit we would retain the manufacturer warranty but would lose any installer warranty. This scenario would again cause major operational and contractual issues with trying to identify responsibility and reduce fault rectification & breakdown times that would put lives at risk and affect safety. The works being undertaking also allow CTMUHB and the Estates Department to embed standardisation with systems and products, enabling improved quality, efficiency and cost effectiveness, reduces on boarding time and associated risk. Having standardised equipment & systems allows faster fault diagnosis and faster adaptions with this compatibility. Keeping the one contractor working on and being responsible for our fire alarm systems removes ambiguity and reduces the risk of these critical systems becoming compromised by having multiple contractors working on the same system/s. Morris Churchfield have also been named as an incumbent contractor as part of the Llantrisant Health Park development, we have provided this information to the main contractor and suggested they use them for continuity but also to allow the installation of the fire alarms system & equipment to standardisation with the majority of our other sites and inpatient, high risk buildings. There is also an increased likelihood of faults or issues being inadvertently introduced into the systems, which could compromise their integrity and performance. Risks and Mitigations Additionally, this approach carries the risk of increased system complexity and potential non-compliance, as well as the possible loss of high-value warranties on equipment and assets. Operational Estates teams may also face confusion over which contractor to contact when faults or system issues arise, potentially resulting in abortive call-out costs from one or both contractors. Re-tendering this work could place considerable strain on the G&FF scheme’s budget. Procurement Act Compliance The Procurement Act (PA23) allows for a Direct Award under both Schedule 5, section 7 – Additional or repeat Goods/services. (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. And under schedule 5 paragraph 6: (a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. Additional grounds apply. As follows: • Where follow up work is required, where the provider has already undertaken initial work in the same area. • There would be a technical compatibility issue which needs to be met such as specific equipment being required. • There is a need to retain a particular contractor for genuine business continuity issues (not just preference). Section 42 also applies, where the award of a public contract via a direct award to protect life and public safety is permitted: 42 Direct award to protect life (1) If a Minister of the Crown considers it necessary, the Minister may by regulations provide that specified public contracts may be awarded if a direct award justification applies. (2) In subsection (1), “necessary” means necessary to— (a)protect human, animal or plant life or health, or (b)protect public order or safety.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot 1 Status: complete

Lot 1 SME Suitable: Yes

Awards

Award Title: Maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB.

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "aboveThreshold": false,
      "contractPeriod": {
        "endDate": "2026-09-21T23:59:59+01:00",
        "startDate": "2025-09-22T00:00:00+01:00"
      },
      "documents": [
        {
          "datePublished": "2025-09-01T15:05:50+01:00",
          "description": "Transparency notice on Find a Tender",
          "documentType": "awardNotice",
          "format": "text/html",
          "id": "052869-2025",
          "noticeType": "UK5",
          "url": "https://www.find-tender.service.gov.uk/Notice/052869-2025"
        }
      ],
      "id": "1",
      "items": [
        {
          "additionalClassifications": [
            {
              "description": "Miscellaneous repair and maintenance services",
              "id": "50800000",
              "scheme": "CPV"
            }
          ],
          "deliveryAddresses": [
            {
              "country": "GB",
              "countryName": "United Kingdom",
              "region": "UKL15"
            },
            {
              "country": "GB",
              "countryName": "United Kingdom",
              "region": "UKL17"
            }
          ],
          "id": "1",
          "relatedLot": "1"
        }
      ],
      "mainProcurementCategory": "services",
      "milestones": [
        {
          "dueDate": "2025-09-08T23:59:59+01:00",
          "id": "1",
          "status": "scheduled",
          "type": "futureSignatureDate"
        }
      ],
      "relatedLots": [
        "1"
      ],
      "status": "pending",
      "suppliers": [
        {
          "id": "GB-PPON-PMVX-2947-DTDP",
          "name": "Morris Line Engineering Limited "
        }
      ],
      "title": "Maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB.",
      "value": {
        "amount": 90620.0,
        "amountGross": 108744.0,
        "currency": "GBP"
      }
    }
  ],
  "buyer": {
    "id": "GB-PPON-PXWV-6492-CGMN",
    "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
  },
  "date": "2025-09-01T15:05:50+01:00",
  "id": "052869-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-059178",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Cardiff",
        "postalCode": "CF14 3UZ",
        "region": "UKL22",
        "streetAddress": "4-5 Charnwood Court,"
      },
      "contactPoint": {
        "email": "lewis.ford@wales.nhs.uk",
        "name": "Lewis Ford"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          },
          {
            "description": "Welsh devolved regulations apply",
            "id": "GB-WLS",
            "scheme": "UK_CA_DEVOLVED_REGULATIONS"
          }
        ],
        "url": "http://nwssp.nhs.wales/ourservices/procurement-services/"
      },
      "id": "GB-PPON-PXWV-6492-CGMN",
      "identifier": {
        "id": "PXWV-6492-CGMN",
        "scheme": "GB-PPON"
      },
      "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bridgend",
        "postalCode": "CF31 3EB",
        "region": "UKL17",
        "streetAddress": "Morris House, South Road, Bridgend Industrial Estate"
      },
      "contactPoint": {
        "email": "lewis.ford@wales.nhs.uk"
      },
      "details": {
        "scale": "sme",
        "url": "http://nwssp.nhs.wales/ourservices/procurement-services/",
        "vcse": false
      },
      "id": "GB-PPON-PMVX-2947-DTDP",
      "identifier": {
        "id": "PMVX-2947-DTDP",
        "scheme": "GB-PPON"
      },
      "name": "Morris Line Engineering Limited ",
      "roles": [
        "supplier"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "description": "CTMUHB wishes to appoint Morris Churchfield to continue delivering the maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB, which is seen as a critical contract to the Estates department.\nMorris Churchfield (MC) has in depth knowledge of CTMUHB systems and maintain a strong working relationship with the health board.\nA significant amount of new equipment and assets has been installed across the Princess of Wales Hospital (PoW) as part of the fire alarm upgrade works carried out several years ago, as well as during the Ground and First Floor refurbishment project at Prince Charles Hospital (PCH). Both of these projects include high-value warranties on the installed equipment and assets.\nIn addition, Morris Churchfield has secured the next phase of work at Prince Charles Hospital (PCH) under the Ground \u0026 First Floor (G\u0026FF) scheme. Re-tendering this work could place considerable strain on the G\u0026FF scheme\u2019s budget.\nMC have also installed new detector heads and network cards at Royal Glamorgan Hospital (RGH), Prince Charles Hospital (outside the G\u0026FF scheme), and Glan Rhyd Hospital. Furthermore, Morris Churchfield secured work at Ysbyty Cwm Rhondda (YCR), Ysbyty George Thomas (YGT), Cefn Yr Afon, and Pinewood House in the last financial year. All equipment installed during that period remains under warranty.\nMC are also currently undertaking substantial works at the Princess of Wales Hospital (PoW) as part of the roof replacement and additional work stream and the theatre fire enforcement works on the same site.\nTo try and manage this type of crossover would be extremely difficult based on the number of assets and the complexity of the life safety systems. In addition, the warranty cover would be void on the installer element of the works, albeit we would retain the manufacturer warranty but would lose any installer warranty. This scenario would again cause major operational and contractual issues with trying to identify responsibility and reduce fault rectification \u0026 breakdown times that would put lives at risk and affect safety.\nThe works being undertaking also allow CTMUHB and the Estates Department to embed standardisation with systems and products, enabling improved quality, efficiency and cost effectiveness, reduces on boarding time and associated risk. Having standardised equipment \u0026 systems allows faster fault diagnosis and faster adaptions with this compatibility.\nKeeping the one contractor working on and being responsible for our fire alarm systems removes ambiguity and reduces the risk of these critical systems becoming compromised by having multiple contractors working on the same system/s.\nMorris Churchfield have also been named as an incumbent contractor as part of the Llantrisant Health Park development, we have provided this information to the main contractor and suggested they use them for continuity but also to allow the installation of the fire alarms system \u0026 equipment to standardisation with the majority of our other sites and inpatient, high risk buildings. \nThere is also an increased likelihood of faults or issues being inadvertently introduced into the systems, which could compromise their integrity and performance.\nRisks and Mitigations\nAdditionally, this approach carries the risk of increased system complexity and potential non-compliance, as well as the possible loss of high-value warranties on equipment and assets.\nOperational Estates teams may also face confusion over which contractor to contact when faults or system issues arise, potentially resulting in abortive call-out costs from one or both contractors.\nRe-tendering this work could place considerable strain on the G\u0026FF scheme\u2019s budget.\nProcurement Act Compliance\nThe Procurement Act (PA23) allows for a Direct Award under both Schedule 5, section 7 \u2013 Additional or repeat Goods/services. (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance.\nAnd under schedule 5 paragraph 6:\n(a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and\n(b)there are no reasonable alternatives to those goods, services or works.\nAdditional grounds apply. As follows:\n\u2022\tWhere follow up work is required, where the provider has already undertaken initial work in the same area.\n\u2022\tThere would be a technical compatibility issue which needs to be met such as specific equipment being required.\n\u2022\tThere is a need to retain a particular contractor for genuine business continuity issues (not just preference).\nSection 42 also applies, where the award of a public contract via a direct award to protect life and public safety is permitted:\n42 Direct award to protect life\n(1) If a Minister of the Crown considers it necessary, the Minister may by regulations provide that specified public contracts may be awarded if a direct award justification applies.\n(2) In subsection (1), \u201cnecessary\u201d means necessary to\u2014\n(a)protect human, animal or plant life or health, or\n(b)protect public order or safety.",
    "id": "CTM-STA-1764",
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "id": "1",
        "status": "complete",
        "suitability": {
          "sme": true
        }
      }
    ],
    "procurementMethod": "direct",
    "procurementMethodDetails": "Below threshold - without competition",
    "status": "complete",
    "title": "Maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB."
  }
}