← Back to opportunities

Provision of Servicing and Maintenance of the Fire Alarm Systems at Nottingham City Hospital (Lot 1) And Queen’s Medical Centre (Lot 2)

Nottingham University Hospital NHS Trust

Buyer Contact Info

Buyer Name: Nottingham University Hospital NHS Trust

Buyer Address: City Campus, Hucknall Road, Nottingham, UKF14, NG5 1PB, United Kingdom

Contact Name: Darren J. Statham

Contact Email: darren.statham1@nhs.net

Status
active
Procedure
selective
Value
4250000.0 GBP
Gross: 5100000.0 GBP
Published
24 Oct 2025, 09:48
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
50711000 - Repair and maintenance services of electrical building installations
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Nottingham University Hospitals NHS Trust (The Client) is seeking a Contractor for provision of ongoing planned preventative maintenance as well as reactive maintenance of each of the fire alarm systems located at its properties. To ensure the Client complies with its responsibilities required by law, Government guidelines and requirements of NHS England, the Service shall include, but not be limited to, ongoing planned preventative testing, servicing and maintenance, reactive maintenance (E.g. responding to faults and failures, subsequent investigation, repair and testing) and subsequent remedial work of the fire alarm systems located at the Nottingham City Hospital, the Queen’s Medical Centre and Ropewalk House. The Contractor must provide a call out service and respond in accordance with the specified Response Times in relation to all faults and defects that may be identified during the service period during both: - Normal Working Hours, and - Outside of Normal Working Hours For Lot 1, the Scope includes for provision of weekly testing of the fire alarm system at Nottingham City Hospital. Prior to the starting date the Contractor must possess as a minimum 3 years’ experience servicing fire alarms for a large healthcare organization in order to participate in this Procurement process. - Large in this context shall mean an organization with more than 5,000 employees and an equivalent turnover greater than £100m. - For avoidance of doubt, Suppliers that demonstrate equivalent experience through contracts with smaller healthcare organizations that collectively meet this threshold shall not satisfy this criteria. Please see Part 3 of the Supplier Information Questions for further information regarding conditions of participation It is understood the systems at Nottingham City Hospital (Gent) and Queen's Medical Centre (Ziton) are closed protocol. As a minimum, Suppliers must possess all relevant certification, qualifications and training necessary to work on and maintain these systems in order to participate in this procurement process. The systems are to be serviced and maintained annually with service visits conducted on a regular basis as detailed in the associated tender documents.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/068088-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Nottingham City Hospital

Lot Description: The Client requires Suppliers for the provision of Fire Alarm Servicing and Maintenance at Nottingham City Hospital (Lot 1)

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: Options shall include the following: - The Price List is to be based on anticipated quantities including, but not limited to, one planned maintenance visit per annum of the total number of fire alarm assets located at the property during the first 24 months from the starting date. The number is provided in good faith; however, these figures may be subject to change (E.g. the Client agrees to extend the service period in line with this Contract Data or the Quantity of assets requiring maintenance may increase or decrease following completion of a separate building project). The Prices shall be determined by multiplying the relevant rate by the anticipated quantity, which shall be the estimated number of services required over a 2-year period - Subject to the Contractor achieving complete compliance required by relevant KPI’s, on the 2nd anniversary of the starting date, any request to increase the rates and Prices in the Price List must be in line with the price adjustment for inflation mechanism (PAFI) that will be detailed in the Tender documents setting out the method and rules to compile the Price List - Details concerning the above and any other options will be stated in the associated Tender documents

Lot 1 Value: GBP 3,000,000.00

Lot 1 Value (Gross): GBP 3,600,000.00

Lot 1 Contract Start: 2026-09-01T00:00:00+01:00

Lot 1 Contract End: 2028-08-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Lot 1: Quality (55%)

Lot 1 Award Criterion (quality): Lot 1: Social Value (10%)

Lot 1 Award Criterion (price): Lot 1: Price (35%)

Lot Title: Queen's Medical Centre and Ropewalk House

Lot Description: The Client requires Suppliers for the provision of Fire Alarm Servicing and Maintenance at the Queen’s Medical Centre and Ropewalk House (Lot 2)

Lot 2 Status: active

Lot 2 Has Options: Yes

Lot 2 Options: Options shall include the following: - The Price List is to be based on anticipated quantities including, but not limited to, one planned maintenance visit per annum of the total number of fire alarm assets located at the property during the first 24 months from the starting date. The number is provided in good faith; however, these figures may be subject to change (E.g. the Client agrees to extend the service period in line with this Contract Data or the Quantity of assets requiring maintenance may increase or decrease following completion of a separate building project). The Prices shall be determined by multiplying the relevant rate by the anticipated quantity, which shall be the estimated number of services required over a 2-year period - Subject to the Contractor achieving complete compliance required by relevant KPI’s, on the 2nd anniversary of the starting date, any request to increase the rates and Prices in the Price List must be in line with the price adjustment for inflation mechanism (PAFI) that will be detailed in the Tender documents setting out the method and rules to compile the Price List - Details concerning the above and any other options will be stated in the associated Tender documents

Lot 2 Value: GBP 1,250,000.00

Lot 2 Value (Gross): GBP 1,500,000.00

Lot 2 Contract Start: 2026-09-01T00:00:00+01:00

Lot 2 Contract End: 2028-08-31T23:59:59+01:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (quality): Lot 2: Quality (50%)

Lot 2 Award Criterion (quality): Lot 2: Social Value (10%)

Lot 2 Award Criterion (price): Lot 2: Price (40%)

Documents

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PVQC-9261-WGRM",
    "name": "Nottingham University Hospital NHS Trust"
  },
  "date": "2025-10-24T10:48:48+01:00",
  "id": "068088-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04e9a0",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Nottingham",
        "postalCode": "NG5 1PB",
        "region": "UKF14",
        "streetAddress": "City Campus, Hucknall Road"
      },
      "contactPoint": {
        "email": "darren.statham1@nhs.net",
        "name": "Darren J. Statham"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.nuh.nhs.uk/"
      },
      "id": "GB-PPON-PVQC-9261-WGRM",
      "identifier": {
        "id": "PVQC-9261-WGRM",
        "scheme": "GB-PPON"
      },
      "name": "Nottingham University Hospital NHS Trust",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-06-01T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "Further details concerning payment terms can be found in the associated tender documents."
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Nottingham University Hospitals NHS Trust (The Client) is seeking a Contractor for provision of ongoing planned preventative maintenance  as well as reactive maintenance of each of the fire alarm systems located at its properties.\nTo ensure the Client complies with its responsibilities required by law, Government guidelines and requirements of NHS England, the Service shall include, but not be limited to, ongoing planned preventative testing, servicing and maintenance, reactive maintenance (E.g. responding to faults and failures, subsequent investigation, repair and testing) and subsequent remedial work of the fire alarm systems located at the Nottingham City Hospital, the Queen\u2019s Medical Centre and Ropewalk House.\nThe Contractor must provide a call out service and respond in accordance with the specified Response Times in relation to all faults and defects that may be identified during the service period during both:\n- Normal Working Hours, and\n- Outside of Normal Working Hours \nFor Lot 1, the Scope includes for provision of weekly testing of the fire alarm system at Nottingham City Hospital.\nPrior to the starting date the Contractor must possess as a minimum 3 years\u2019 experience servicing fire alarms for a large healthcare organization in order to participate in this Procurement process.\n- Large in this context shall mean an organization with more than 5,000 employees and an equivalent turnover greater than \u00a3100m.\n- For avoidance of doubt, Suppliers that demonstrate equivalent experience through contracts with smaller healthcare organizations that collectively meet this threshold shall not satisfy this criteria.\nPlease see Part 3 of the Supplier Information Questions for further information regarding conditions of participation \nIt is understood the systems at Nottingham City Hospital (Gent) and Queen\u0027s Medical Centre (Ziton) are closed protocol. As a minimum, Suppliers must possess all relevant certification, qualifications and training necessary to work on and maintain these systems in order to participate in this procurement process.\nThe systems are to be serviced and maintained annually with service visits conducted on a regular basis as detailed in the associated tender documents.",
    "documents": [
      {
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-10-24T10:48:48+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "068088-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/068088-2025"
      }
    ],
    "expressionOfInterestDeadline": "2025-11-21T12:00:00Z",
    "hasRecurrence": true,
    "id": "C388619",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services of electrical building installations",
            "id": "50711000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of electrical and mechanical building installations",
            "id": "50710000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "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": "UKF22"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Repair and maintenance services of electrical building installations",
            "id": "50711000",
            "scheme": "CPV"
          },
          {
            "description": "Repair and maintenance services of electrical and mechanical building installations",
            "id": "50710000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "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": "UKF22"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "awardCriteriaDetails": "The Tender will be issued in lots.  the Client reserves the right to award some but not all lots; and/or to award lots on different timelines.\nFor each Lot, responses will be assessed against the Evaluation Criteria set out in the associated tender documents relevant to the Lot the Supplier is bidding on.\nSuppliers may bid on one or both lots."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "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 specific requirements.",
              "name": "Lot 1: Quality",
              "numbers": [
                {
                  "number": 55.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "When submitting a Tender Suppliers will have the opportunity to demonstrate how their organisations will support the following Social Value Outcome:\n\"Employment and training for those who face barriers to employment.\"",
              "name": "Lot 1: Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Price scores will be calculated based upon the lowest price submitted by Suppliers for the Lot they are bidding on.",
              "name": "Lot 1: Price",
              "numbers": [
                {
                  "number": 35.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2028-08-31T23:59:59+01:00",
          "maxExtentDate": "2031-08-31T23:59:59+01:00",
          "startDate": "2026-09-01T00:00:00+01:00"
        },
        "description": "The Client requires Suppliers for the provision of Fire Alarm Servicing and Maintenance at Nottingham City Hospital (Lot 1)",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "Options shall include the following:\n- The Price List is to be based on anticipated quantities including, but not limited to, one planned maintenance visit per annum of the total number of fire alarm assets located at the property during the first 24 months from the starting date.\nThe number is provided in good faith; however, these figures may be subject to change (E.g. the Client agrees to extend the service period in line with this Contract Data or the Quantity of assets requiring maintenance may increase or decrease following completion of a separate building project).\nThe Prices shall be determined by multiplying the relevant rate by the anticipated quantity, which shall be the estimated number of services required over a 2-year period\n- Subject to the Contractor achieving complete compliance required by relevant KPI\u2019s, on the 2nd anniversary of the starting date, any request to increase the rates and Prices in the Price List must be in line with the price adjustment for inflation mechanism (PAFI) that will be detailed in the Tender documents setting out the method and rules to compile the Price List\n- Details concerning the above and any other options will be stated in the associated Tender documents"
        },
        "renewal": {
          "description": "The service period is 24 months with the option to extend for a further 36 months. This extension shall take the form of three 12 month incremental periods"
        },
        "secondStage": {
          "minimumCandidates": 3
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Assessment of Supplier\u0027s Legal \u0026 financial capacity shall be based on the following:\n- 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\n- Any other relevant criteria stated in the associated tender documents",
              "type": "economic"
            },
            {
              "description": "The Client 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.\nThe conditions of participation are specified under Part 3 of the Supplier Information Questions and will be used to assess the Supplier. Suppliers must satisfy these conditions if they are to be invited to submit a Tender.\nIf a Supplier does not satisfy the Conditions of Participation, then then the Client 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.",
              "type": "technical"
            },
            {
              "description": "The Client shall carry out an Intermediate Assessment of the responses to the Supplier Information Questions submitted prior to the Deadline for Requests to Participate.\nOnly those Suppliers shortlisted following the Intermediate Assessment of each Supplier Information Questionnaire submitted in response to Lot 1 shall be selected to participate further in this Procurement process to submit a Tender.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Nottingham City Hospital",
        "value": {
          "amount": 3000000.0,
          "amountGross": 3600000.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "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 specific requirements for the Lot they are bidding on.",
              "name": "Lot 2: Quality",
              "numbers": [
                {
                  "number": 50.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "When submitting a Tender Suppliers will have the opportunity to demonstrate how their organisations will support the following Social Value Outcome:\n\"Employment and training for those who face barriers to employment.\"",
              "name": "Lot 2: Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Price scores will be calculated based upon the lowest price submitted by Suppliers for the Lot they are bidding on.",
              "name": "Lot 2: Price",
              "numbers": [
                {
                  "number": 40.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2028-08-31T23:59:59+01:00",
          "maxExtentDate": "2031-08-31T23:59:59+01:00",
          "startDate": "2026-09-01T00:00:00+01:00"
        },
        "description": "The Client requires Suppliers for the provision of Fire Alarm Servicing and Maintenance at the Queen\u2019s Medical Centre and Ropewalk House (Lot 2)",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "2",
        "options": {
          "description": "Options shall include the following:\n- The Price List is to be based on anticipated quantities including, but not limited to, one planned maintenance visit per annum of the total number of fire alarm assets located at the property during the first 24 months from the starting date.\nThe number is provided in good faith; however, these figures may be subject to change (E.g. the Client agrees to extend the service period in line with this Contract Data or the Quantity of assets requiring maintenance may increase or decrease following completion of a separate building project).\nThe Prices shall be determined by multiplying the relevant rate by the anticipated quantity, which shall be the estimated number of services required over a 2-year period\n- Subject to the Contractor achieving complete compliance required by relevant KPI\u2019s, on the 2nd anniversary of the starting date, any request to increase the rates and Prices in the Price List must be in line with the price adjustment for inflation mechanism (PAFI) that will be detailed in the Tender documents setting out the method and rules to compile the Price List\n- Details concerning the above and any other options will be stated in the associated Tender documents"
        },
        "renewal": {
          "description": "The service period is 24 months with the option to extend for a further 36 months. This extension shall take the form of three 12 month incremental periods"
        },
        "secondStage": {
          "minimumCandidates": 3
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Assessment of Supplier\u0027s Legal \u0026 financial capacity shall be based on the following:\n- 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\n- Any other relevant criteria stated in the associated tender documents",
              "type": "economic"
            },
            {
              "description": "The Client 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.\nThe conditions of participation are specified under Part 3 of the Supplier Information Questions and will be used to assess the Supplier. Suppliers must satisfy these conditions if they are to be invited to submit a Tender.\nIf a Supplier does not satisfy the Conditions of Participation, then then the Client 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.",
              "type": "technical"
            },
            {
              "description": "The Client shall carry out an Intermediate Assessment of the responses to the Supplier Information Questions submitted prior to the Deadline for Requests to Participate.\nOnly those Suppliers shortlisted following the Intermediate Assessment of each Supplier Information Questionnaire submitted in response to Lot 2 shall be selected to participate further in this Procurement process to submit a Tender.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Queen\u0027s Medical Centre and Ropewalk House",
        "value": {
          "amount": 1250000.0,
          "amountGross": 1500000.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "The Procurement process shall constitute the following Stages:\nStage 1 \u2013 Response to Supplier Information Questionnaire\nThe 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 Client (The Intermediate Assessment).\nStage 2 - Site Visit\nThose 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.\nStage 3 \u2013 Invitation to Tender\nThe Client shall invite all those Suppliers selected to participate further in this Procurement process to submit a Tender.\nMore information regarding the procurement process can be found within the associated tender documents including, but not limited to, section 4 of the ITT (Part A)."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2026-05-01T23:59:59+01:00"
        }
      ]
    },
    "riskDetails": "Risks concerning this contract include, but may not be limited to, the following:\n- Changes to Health Technical Memorandum (HTM)\n- Expansion or reduction of the Service\n- Capacity Constraints\n- Expansion of Integrated Care Board\n- Budgetary Changes\n- Changes to Weekly Testing Requirements\n- Changes to the Client\u0027s requirements.\n- System Developments\n- Collaboration with Partners\nFurther details concerning risks may be found in the associated tender documents.",
    "status": "active",
    "submissionMethodDetails": "The Client will be administering the Procurement via the Atamis e-Tendering portal: https://health-family.force.com/s/Welcome \nPlease ensure you register on the portal sufficiently ahead of time to ensure you are able to access the eventual Procurement at the earliest opportunity.\nIf 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.\nIn the event the Tender Notice is published before or after the estiamted date, the enquiry and participation deadline dates will be amended accordingly.\nAny revisions to the timescales specified in this Planned Procurement Notice will be made available via the Tender Notice.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Provision of Servicing and Maintenance of the Fire Alarm Systems at Nottingham City Hospital (Lot 1) And Queen\u2019s Medical Centre (Lot 2)",
    "value": {
      "amount": 4250000.0,
      "amountGross": 5100000.0,
      "currency": "GBP"
    }
  }
}