Tender

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

This public procurement record has 6 releases in its history.

Tender

24 Oct 2025 at 09:48

PlanningUpdate

11 Sep 2025 at 15:13

Planning

11 Sep 2025 at 14:57

PlanningUpdate

17 Mar 2025 at 16:09

PlanningUpdate

05 Mar 2025 at 10:54

Planning

05 Mar 2025 at 10:04

Summary of the contracting process

The Nottingham University Hospital NHS Trust has initiated a competitive procurement process for the provision of servicing and maintenance of fire alarm systems at Nottingham City Hospital (Lot 1) and Queen's Medical Centre (Lot 2). This process falls under the category of public authority services and is being carried out under a competitive flexible procedure method. Key deadlines include an expression of interest deadline set for 21 November 2025, with potential contracts starting from 1 September 2026. The procurement is currently active in the tender stage and is based in Nottingham, United Kingdom, specifically in regions UKF14, UKF15, UKF16, and UKF22.

This tender represents a substantial opportunity for businesses specializing in electrical and mechanical building installations, particularly those with experience in healthcare settings. Firms capable of providing both planned and reactive maintenance services will find this tender suitable, especially if they meet the requirement of having at least three years of relevant experience with large healthcare organisations. Small to medium enterprises (SMEs) are encouraged to participate, and the option for contract renewal offers long-term business growth potential. The inclusion of requirements for quality, social value, and price in the bid criteria also allows for competitive and strategic positioning within this procurement process.

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

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

Notice 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 PS100m. - 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.

Lot Information

Nottingham City Hospital

The Client requires Suppliers for the provision of Fire Alarm Servicing and Maintenance at Nottingham City Hospital (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

Renewal: 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

Queen's Medical Centre and Ropewalk House

The Client requires Suppliers for the provision of Fire Alarm Servicing and Maintenance at the Queen's Medical Centre and Ropewalk House (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

Renewal: 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

Planning Information

Suppliers are invited to download the PME document via the e-Tendering portal for more information: https://health-family.force.com/s/Welcome Included within the document is a brief questionnaire. Suppliers are encouraged to respond to these questions which will help inform and shape the procurement process. If you have any problems with the Electronic 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e9a0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/068088-2025
Current Stage
Tender
All Stages
Planning, 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, VCSE
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

50711000 - Repair and maintenance services of electrical building installations

Notice Value(s)

Tender Value
£4,250,000 £1M-£10M
Lots Value
£4,250,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Oct 20254 months ago
Submission Deadline
17 Oct 2025Expired
Future Notice Date
30 Sep 2025Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2028 2-3 years
Recurrence
2026-05-01

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, TLF22 Leicestershire CC and Rutland

Local Authority
Nottingham
Electoral Ward
Sherwood
Westminster Constituency
Nottingham East

Further Information

Notice Documents

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-04e9a0-2025-10-24T10:48:48+01:00",
    "date": "2025-10-24T10:48:48+01:00",
    "ocid": "ocds-h6vhtk-04e9a0",
    "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": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVQC-9261-WGRM",
        "name": "Nottingham University Hospital NHS Trust"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Suppliers are invited to download the PME document via the e-Tendering portal for more information: https://health-family.force.com/s/Welcome Included within the document is a brief questionnaire. Suppliers are encouraged to respond to these questions which will help inform and shape the procurement process. If you have any problems with the Electronic 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.",
                "dueDate": "2025-04-07T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "007971-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007971-2025",
                "datePublished": "2025-03-05T10:04:13Z",
                "format": "text/html"
            },
            {
                "id": "007996-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007996-2025",
                "datePublished": "2025-03-05T10:54:56Z",
                "format": "text/html"
            },
            {
                "id": "009733-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/009733-2025",
                "datePublished": "2025-03-17T16:09:48Z",
                "format": "text/html"
            },
            {
                "id": "055912-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055912-2025",
                "datePublished": "2025-09-11T15:57:46+01:00",
                "format": "text/html"
            },
            {
                "id": "055932-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/055932-2025",
                "datePublished": "2025-09-11T16:13:05+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C388619",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Servicing and Maintenance of the Fire Alarm Systems at Nottingham City Hospital (Lot 1) And Queen's Medical Centre (Lot 2)",
        "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 PS100m. - 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical 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": "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": "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": "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": "UKF22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50711000",
                        "description": "Repair and maintenance services of electrical building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50710000",
                        "description": "Repair and maintenance services of electrical and mechanical building installations"
                    }
                ],
                "relatedLot": "2",
                "deliveryAddresses": [
                    {
                        "region": "UKF14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF15",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF16",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amountGross": 5100000,
            "amount": 4250000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Nottingham City Hospital",
                "description": "The Client requires Suppliers for the provision of Fire Alarm Servicing and Maintenance at Nottingham City Hospital (Lot 1)",
                "value": {
                    "amountGross": 3600000,
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Lot 1: 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 specific requirements.",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Lot 1: Social Value",
                            "description": "When submitting a Tender Suppliers will have the opportunity to demonstrate how their organisations will support the following Social Value Outcome: \"Employment and training for those who face barriers to employment.\"",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Lot 1: Price",
                            "description": "Price scores will be calculated based upon the lowest price submitted by Suppliers for the Lot they are bidding on.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 3
                },
                "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 - Any other relevant criteria stated in the associated tender documents"
                        },
                        {
                            "type": "technical",
                            "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. The 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. If 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."
                        },
                        {
                            "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. Only 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
                        }
                    ]
                },
                "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"
                },
                "hasOptions": true,
                "options": {
                    "description": "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"
                }
            },
            {
                "id": "2",
                "title": "Queen's Medical Centre and Ropewalk House",
                "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)",
                "status": "active",
                "value": {
                    "amountGross": 1500000,
                    "amount": 1250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Lot 2: 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 specific requirements for the Lot they are bidding on.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Lot 2: Social Value",
                            "description": "When submitting a Tender Suppliers will have the opportunity to demonstrate how their organisations will support the following Social Value Outcome: \"Employment and training for those who face barriers to employment.\"",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Lot 2: Price",
                            "description": "Price scores will be calculated based upon the lowest price submitted by Suppliers for the Lot they are bidding on.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 3
                },
                "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 - Any other relevant criteria stated in the associated tender documents"
                        },
                        {
                            "type": "technical",
                            "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. The 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. If 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."
                        },
                        {
                            "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. Only 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
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2028-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "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"
                },
                "hasOptions": true,
                "options": {
                    "description": "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"
                }
            }
        ],
        "status": "active",
        "communication": {
            "futureNoticeDate": "2025-09-30T23:59:59+01:00"
        },
        "amendments": [
            {
                "id": "007996-2025",
                "description": "Amended Engagement Description section to include relevant links to the trust's e-Tendering portal."
            },
            {
                "id": "009733-2025",
                "description": "We have extended the engagement deadline to 7 April 2025 and updated the helpdesk telephone number under \"Engagement process description\"."
            },
            {
                "id": "055932-2025",
                "description": "Due to a technical issue, the original notice only published the award criteria relevant to Lot 2 only. The Award Criteria for Lot 1 is as follows: Quality: 55% Social Value: 10% Price 35%"
            }
        ],
        "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 Client (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 Client 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 tender documents including, but not limited to, section 4 of the ITT (Part A)."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The Client 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. In the event the Tender Notice is published before or after the estiamted date, the enquiry and participation deadline dates will be amended accordingly. Any revisions to the timescales specified in this Planned Procurement Notice will be made available via the Tender Notice.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-21T12:00:00Z",
        "enquiryPeriod": {
            "endDate": "2025-10-17T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-01T23:59:59+01:00"
        },
        "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. For 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. Suppliers may bid on one or both lots."
        },
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2026-05-01T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Further details concerning payment terms can be found in the associated tender 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 Service - Capacity Constraints - Expansion of Integrated Care Board - Budgetary Changes - Changes to Weekly Testing Requirements - Changes to the Client's requirements. - System Developments - Collaboration with Partners Further details concerning risks may be found in the associated tender documents.",
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest"
            },
            {
                "id": "068088-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068088-2025",
                "datePublished": "2025-10-24T10:48:48+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}