Notice Information
Notice Title
M&E and Building Maintenance Services
Notice Description
This notice relates to a Contract AWARD under the Procurement Act 2023. It is NOT a call for competition. The Police & Crime Commissioner for Warwickshire has awarded a contract for the provision of building maintenance services across the Warwickshire Police estate. The scope of the requirement includes but is not limited to: * Planned Maintenance of mechanical & electrical assets and plant. * Statutory Maintenance * 24/7 Reactive Maintenance Service including call centre facilities and remote management of all reactive calls and engineer dispatch * Remedial Maintenance * Building Fabric Maintenance * Minor Building Works Projects * Support to Minor Office Moves * Equipment, Materials and Consumables Management * Documentation & Record Keeping including all certification and compliance records for all systems including Force CAFM system. The requirement was tendered as a single lot under the Procurement Act 2023 following an above threshold competitive flexible procedure comprising the following stages: * Stage 1 - Participation * Stage 2 - Tender * Stage 3 - Dialogue * Stage 4 - Best & Final Offer * Stage 5 - Contract Award The contracting authority confirms that it has completed Conflict of Interest Assessments in accordance with Sections 81-83 of the Procurement Act 2023, which require contracting authorities to identify, review and mitigate actual, potential, and perceived conflicts of interest throughout a covered procurement. The authority further confirms that it will continue to review, update and complete Conflict of Interest assessments at all required points in line with its ongoing obligations under Section 83 of the Act. This process ensures that any actual, potential or perceived conflicts are identified, recorded and appropriately mitigated to safeguard the integrity of the procurement and to ensure fair and impartial decision making throughout the contract lifecycle. Following provisional contract award, a review of the asset scope was undertaken. A decision was made to add fire and security assets back into the requirement. Grahams submitted an amended contract price accordingly. These assets were originally included in a separate Fire and Security Tender, which was later abandoned. Based on market feedback and an internal review of asset grouping, the Estates Team concluded that inclusion of fire and security assets within this Maintenance Contract was more appropriate due to: - Labour and resourcing requirements, noting that weekly fire alarm testing is labour-intensive, - Benchmarking outcomes, including comparative assessment of fire extinguisher maintenance costs, where Graham's pricing was found to be competitive, - Risk assessment considerations; although ducting fire dampers could theoretically be tendered separately, abandoning the Fire and Access Tender and the need to have a contract in place by 1 April presented an unacceptable risk to maintaining critical fire safety assets, - Continuity of maintenance being assessed as a higher priority than the possibility of marginal cost savings. In accordance of Section 52 of the Procurement Act 2023, the contracting authority has identified three Key Performance Indicators (KPIs) that are material to the performance of this contract. These KPIs will be monitored throughout the contract lifecycle and reviewed at each scheduled contract review meeting: KPI 1 SFG 20 Amber PPM compliance KPI 2 P1 and P2 reactive performance KPI 3 First attendance resolution rate These KPIs have been selected as the most material measures of supplier performance for this contract and support compliance with the transparency requirements of the Procurement Act 2023. The contract value has changed since publication of the UK6 notice due to the post-award variation described above. Additionally, the revised value includes more accurate forecasting based on: - relevant indexation - estimated reactive maintenance volumes (which cannot be known precisely) - potential options exercised - potential additional project works All values are indicative and may change over the contract term due to fluctuations in indices, reactive call-off volumes and project requirements. Copies of the contracting authority's redacted contracts are available to view on the Public Contract Register online at https://sell2.in-tend.co.uk/blpd/contracts Further details on contract value, duration, supplier identity and other required award information are captured in the structured fields of this UK7 notice.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05007a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029775-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
45000000 - Construction work
45259000 - Repair and maintenance of plant
45259200 - Purification-plant repair and maintenance work
45259300 - Heating-plant repair and maintenance work
50000000 - Repair and maintenance services
50410000 - Repair and maintenance services of measuring, testing and checking apparatus
50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50530000 - Repair and maintenance services of machinery
50531000 - Repair and maintenance services for non-electrical machinery
50531100 - Repair and maintenance services of boilers
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532300 - Repair and maintenance services of generators
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
50711000 - Repair and maintenance services of electrical building installations
50712000 - Repair and maintenance services of mechanical building installations
50720000 - Repair and maintenance services of central heating
50750000 - Lift-maintenance services
50883000 - Repair and maintenance services of catering equipment
51620000 - Installation services of office equipment
71314310 - Heating engineering services for buildings
71315000 - Building services
71315100 - Building-fabric consultancy services
71315200 - Building consultancy services
71315210 - Building services consultancy services
71315300 - Building surveying services
71315400 - Building-inspection services
71318100 - Artificial and natural lighting engineering services for buildings
71321000 - Engineering design services for mechanical and electrical installations for buildings
71326000 - Ancillary building services
71631300 - Technical building-inspection services
79993000 - Building and facilities management services
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- £5,000,000 £1M-£10M
- Contracts Value
- £7,173,969 £1M-£10M
Notice Dates
- Publication Date
- 31 Mar 20263 weeks ago
- Submission Deadline
- 9 May 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Oct 20256 months ago
- Contract Period
- 31 Mar 2026 - 31 Mar 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE POLICE AND CRIME COMMISSIONER FOR WARWICKSHIRE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LEEK WOOTTON
- Postcode
- CV35 7QB
- Post Town
- Coventry
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG1 Herefordshire, Worcestershire and Warwickshire
- Small Region (ITL 3)
- TLG13 Warwickshire CC
- Delivery Location
- Not specified
-
- Local Authority
- Warwick
- Electoral Ward
- Warwick All Saints & Woodloes
- Westminster Constituency
- Warwick and Leamington
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/029775-2026
31st March 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029715-2026
31st March 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029512-2026
31st March 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/062562-2025
6th October 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/062555-2025
6th October 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/014248-2025
10th April 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-14196
Contract Details and Schedules redacted in accordance with Procurement Act 2023 Section 94 exemptions based on national security and commercial confidentiality.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05007a-2026-03-31T14:40:38+01:00",
"date": "2026-03-31T14:40:38+01:00",
"ocid": "ocds-h6vhtk-05007a",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXNY-4251-DZLZ",
"name": "The Police and Crime Commissioner for Warwickshire",
"identifier": {
"scheme": "GB-PPON",
"id": "PXNY-4251-DZLZ"
},
"address": {
"streetAddress": "Warwickshire Police Headquarters",
"locality": "Leek Wootton",
"postalCode": "CV35 7QB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG13"
},
"contactPoint": {
"email": "procurement@warwickshire.police.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-PPON-PPYB-6457-CJZM",
"name": "GRAHAM Asset Management Ltd",
"identifier": {
"scheme": "GB-PPON",
"id": "PPYB-6457-CJZM"
},
"address": {
"streetAddress": "Wildflower Way",
"locality": "Belfast",
"postalCode": "BT12 6TA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "carla.montgomery@graham.co.uk",
"telephone": "448456006300"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
},
{
"id": "GB-PPON-PZTM-5527-WTQQ",
"name": "Mears Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PZTM-5527-WTQQ"
},
"address": {
"streetAddress": "Valiant Court",
"locality": "Brockworth, Gloucester",
"postalCode": "GL3 4FE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK13"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"id": "GB-PPON-PLCW-5884-QBBY",
"name": "Mitie Limited",
"identifier": {
"scheme": "GB-PPON",
"id": "PLCW-5884-QBBY"
},
"address": {
"streetAddress": "32 London Bridge Road",
"locality": "London",
"postalCode": "SE1 9SG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI44"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"id": "GB-PPON-PTTB-7947-QVWT",
"name": "Wates Property Services Ltd",
"identifier": {
"scheme": "GB-PPON",
"id": "PTTB-7947-QVWT"
},
"address": {
"streetAddress": "Station Approach",
"locality": "Leatherhead",
"postalCode": "KT22 7SW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ26"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PXNY-4251-DZLZ",
"name": "The Police and Crime Commissioner for Warwickshire"
},
"planning": {
"noEngagementNoticeRationale": "We have issued a previous procurement for the same services within the last 12 months that was abandoned and we believe that the market is aware that we would be re-tendering for these services imminently. No specific market engagement has been conducted in relation to this specific procurement exercise."
},
"tender": {
"id": "WPA25-0017",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "M&E and Building Maintenance Services",
"description": "This notice relates to a Contract AWARD under the Procurement Act 2023. It is NOT a call for competition. The Police & Crime Commissioner for Warwickshire has awarded a contract for the provision of building maintenance services across the Warwickshire Police estate. The scope of the requirement includes but is not limited to: * Planned Maintenance of mechanical & electrical assets and plant. * Statutory Maintenance * 24/7 Reactive Maintenance Service including call centre facilities and remote management of all reactive calls and engineer dispatch * Remedial Maintenance * Building Fabric Maintenance * Minor Building Works Projects * Support to Minor Office Moves * Equipment, Materials and Consumables Management * Documentation & Record Keeping including all certification and compliance records for all systems including Force CAFM system. The requirement was tendered as a single lot under the Procurement Act 2023 following an above threshold competitive flexible procedure comprising the following stages: * Stage 1 - Participation * Stage 2 - Tender * Stage 3 - Dialogue * Stage 4 - Best & Final Offer * Stage 5 - Contract Award The contracting authority confirms that it has completed Conflict of Interest Assessments in accordance with Sections 81-83 of the Procurement Act 2023, which require contracting authorities to identify, review and mitigate actual, potential, and perceived conflicts of interest throughout a covered procurement. The authority further confirms that it will continue to review, update and complete Conflict of Interest assessments at all required points in line with its ongoing obligations under Section 83 of the Act. This process ensures that any actual, potential or perceived conflicts are identified, recorded and appropriately mitigated to safeguard the integrity of the procurement and to ensure fair and impartial decision making throughout the contract lifecycle. Following provisional contract award, a review of the asset scope was undertaken. A decision was made to add fire and security assets back into the requirement. Grahams submitted an amended contract price accordingly. These assets were originally included in a separate Fire and Security Tender, which was later abandoned. Based on market feedback and an internal review of asset grouping, the Estates Team concluded that inclusion of fire and security assets within this Maintenance Contract was more appropriate due to: - Labour and resourcing requirements, noting that weekly fire alarm testing is labour-intensive, - Benchmarking outcomes, including comparative assessment of fire extinguisher maintenance costs, where Graham's pricing was found to be competitive, - Risk assessment considerations; although ducting fire dampers could theoretically be tendered separately, abandoning the Fire and Access Tender and the need to have a contract in place by 1 April presented an unacceptable risk to maintaining critical fire safety assets, - Continuity of maintenance being assessed as a higher priority than the possibility of marginal cost savings. In accordance of Section 52 of the Procurement Act 2023, the contracting authority has identified three Key Performance Indicators (KPIs) that are material to the performance of this contract. These KPIs will be monitored throughout the contract lifecycle and reviewed at each scheduled contract review meeting: KPI 1 SFG 20 Amber PPM compliance KPI 2 P1 and P2 reactive performance KPI 3 First attendance resolution rate These KPIs have been selected as the most material measures of supplier performance for this contract and support compliance with the transparency requirements of the Procurement Act 2023. The contract value has changed since publication of the UK6 notice due to the post-award variation described above. Additionally, the revised value includes more accurate forecasting based on: - relevant indexation - estimated reactive maintenance volumes (which cannot be known precisely) - potential options exercised - potential additional project works All values are indicative and may change over the contract term due to fluctuations in indices, reactive call-off volumes and project requirements. Copies of the contracting authority's redacted contracts are available to view on the Public Contract Register online at https://sell2.in-tend.co.uk/blpd/contracts Further details on contract value, duration, supplier identity and other required award information are captured in the structured fields of this UK7 notice.",
"status": "complete",
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45259000",
"description": "Repair and maintenance of plant"
},
{
"scheme": "CPV",
"id": "45259200",
"description": "Purification-plant repair and maintenance work"
},
{
"scheme": "CPV",
"id": "45259300",
"description": "Heating-plant repair and maintenance work"
},
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "50410000",
"description": "Repair and maintenance services of measuring, testing and checking apparatus"
},
{
"scheme": "CPV",
"id": "50500000",
"description": "Repair and maintenance services for pumps, valves, taps and metal containers and machinery"
},
{
"scheme": "CPV",
"id": "50530000",
"description": "Repair and maintenance services of machinery"
},
{
"scheme": "CPV",
"id": "50531000",
"description": "Repair and maintenance services for non-electrical machinery"
},
{
"scheme": "CPV",
"id": "50531100",
"description": "Repair and maintenance services of boilers"
},
{
"scheme": "CPV",
"id": "50532000",
"description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment"
},
{
"scheme": "CPV",
"id": "50532300",
"description": "Repair and maintenance services of generators"
},
{
"scheme": "CPV",
"id": "50700000",
"description": "Repair and maintenance services of building installations"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
},
{
"scheme": "CPV",
"id": "50712000",
"description": "Repair and maintenance services of mechanical building installations"
},
{
"scheme": "CPV",
"id": "50720000",
"description": "Repair and maintenance services of central heating"
},
{
"scheme": "CPV",
"id": "50750000",
"description": "Lift-maintenance services"
},
{
"scheme": "CPV",
"id": "50883000",
"description": "Repair and maintenance services of catering equipment"
},
{
"scheme": "CPV",
"id": "51620000",
"description": "Installation services of office equipment"
},
{
"scheme": "CPV",
"id": "71314310",
"description": "Heating engineering services for buildings"
},
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71315100",
"description": "Building-fabric consultancy services"
},
{
"scheme": "CPV",
"id": "71315200",
"description": "Building consultancy services"
},
{
"scheme": "CPV",
"id": "71315210",
"description": "Building services consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71315400",
"description": "Building-inspection services"
},
{
"scheme": "CPV",
"id": "71318100",
"description": "Artificial and natural lighting engineering services for buildings"
},
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
},
{
"scheme": "CPV",
"id": "71326000",
"description": "Ancillary building services"
},
{
"scheme": "CPV",
"id": "71631300",
"description": "Technical building-inspection services"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
}
],
"relatedLot": "LOT-0001"
}
],
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Stage 1 - Participation Stage 2 - Tender including site visits Stage 3 - Dialogue (Face to face sessions) Stage 4 - Best & Final Offer Stage 5 - Contract Award We reserve the right to refine the award criteria during the procedure prior to inviting final tenders. Further detail is provided within the Invitation To Tender document."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "Where stages require the submission of documents on In-tend, you must submit one electronic copy of the entire stage response via the Tendering portal. Please clearly label the title of all electronic files uploaded so that they are easily identifiable. All documents must be completed in English. In submitting via the Tendering portal, please upload your submission using the 'Attach documents' button - please do not send via any other method and please do not use the correspondence function as this will not be accepted. Please ensure that once attached you click 'Submit Response'. Failure to submit by the required deadline will result in disqualification from the procedure. NOTE: Large files may take some time to upload. We advise that you log-on to commence your upload process at least 2 hours prior to the deadline. https://sell2.in-tend.co.uk/blpd/publictenders",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-05-09T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-05-06T16:00:00+00:00"
},
"awardPeriod": {
"endDate": "2025-09-30T23:59:59+00:00"
},
"lots": [
{
"id": "LOT-0001",
"status": "complete",
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "AED"
},
"awardCriteria": {
"weightingDescription": "Stage 1 - Pass / Fail Stage 2 - 55% Quality - Written Tender : 10% Social Value - Written Tender : 35% Price - 4 highest scoring bidders will be shortlisted for participation in Stage 3 Stage 3 - Face to Face sessions, no scoring or down-select Stage 4 - Best and Final Offer, 40% Tender score from Stage 2 : 25% Final Written Response : 35% Final Pricing Full details as set out in Section 6 of the Invitation to Tender",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Stage 1 - Pass / Fail Stage 2 - 55% Quality - Written Tender : 10% Social Value - Written Tender : 35% Price - 4 highest scoring bidders will be shortlisted for participation in Stage 3 Stage 3 - Face to Face sessions, no scoring or down-select Stage 4 - Best and Final Offer, 40% Tender score from Stage 2 : 25% Final Written Response : 35% Final Pricing Full details as set out in Section 6 of the Invitation to Tender"
}
]
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+00:00",
"endDate": "2029-03-31T23:59:59+00:00",
"maxExtentDate": "2031-03-31T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 month extensions"
}
}
],
"documents": [
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "https://sell2.in-tend.co.uk/blpd/publictenders"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "014248-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014248-2025",
"datePublished": "2025-04-10T11:53:53+01:00",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PZTM-5527-WTQQ",
"name": "Mears Limited"
}
],
"relatedLots": [
"LOT-0001"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PLCW-5884-QBBY",
"name": "Mitie Limited"
}
],
"relatedLots": [
"LOT-0001"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PTTB-7947-QVWT",
"name": "Wates Property Services Ltd"
}
],
"relatedLots": [
"LOT-0001"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-PPON-PPYB-6457-CJZM",
"name": "GRAHAM ASSET MANAGEMENT LIMITED"
}
],
"relatedLots": [
"LOT-0001"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 7,
"relatedLot": "LOT-0001"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 4,
"relatedLot": "LOT-0001"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "LOT-0001"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "LOT-0001"
}
]
},
"awards": [
{
"id": "1",
"title": "M&E and Building Maintenance Services",
"status": "active",
"date": "2025-10-06T00:00:00+01:00",
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-PPON-PPYB-6457-CJZM",
"name": "GRAHAM Asset Management Ltd"
}
],
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"relatedLot": "LOT-0001",
"deliveryAddresses": [
{
"region": "UKG13",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG13",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG13",
"country": "GB",
"countryName": "United Kingdom"
}
]
}
],
"standstillPeriod": {
"endDate": "2025-10-15T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 months"
},
"hasOptions": true,
"options": {
"description": "Additional Maintenance Services"
},
"relatedLots": [
"LOT-0001"
],
"documents": [
{
"id": "062555-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062555-2025",
"datePublished": "2025-10-06T14:25:31+01:00",
"format": "text/html"
},
{
"id": "062562-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/062562-2025",
"datePublished": "2025-10-06T14:37:39+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-10-06T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-16T23:59:59+01:00",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"title": "M&E and Building Maintenance Services",
"status": "active",
"period": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 months"
},
"hasOptions": true,
"options": {
"description": "Additional Maintenance Services Extension options Addition or removal of sites Any suitable minor building works projects"
},
"value": {
"amountGross": 8608763,
"amount": 7173969,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2026-03-02T00:00:00+00:00",
"documents": [
{
"id": "A-14168",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-14168",
"format": "application/pdf"
},
{
"id": "029512-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029512-2026",
"datePublished": "2026-03-31T11:07:38+01:00",
"format": "text/html"
},
{
"id": "029715-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029715-2026",
"datePublished": "2026-03-31T14:07:57+01:00",
"format": "text/html"
},
{
"id": "A-14196",
"documentType": "contractSigned",
"description": "Contract Details and Schedules redacted in accordance with Procurement Act 2023 Section 94 exemptions based on national security and commercial confidentiality.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-14196",
"format": "application/x-zip-compressed"
},
{
"id": "029775-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029775-2026",
"datePublished": "2026-03-31T14:40:38+01:00",
"format": "text/html"
}
],
"agreedMetrics": [
{
"id": "1",
"title": "SFG 20 Amber PPM compliance",
"description": "Complete all scheduled statutory monthly PPM no later than 7 days of the agreed dates indicated in the PPM planner in accordance with SFG20 Amber standards. 100% target. Internally this KPI will be monitored on a monthly basis but for compliance will be reported on an annual basis.",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 1
}
}
]
},
{
"id": "2",
"title": "P1 and P2 reactive",
"description": "Priority 1 (P1) - Means a fault which has caused or could cause issues that would have an impact on the health and safety of staff or visitors at one of the Authority's sites. The Supplier must acknowledge the call out within 15 minutes of receiving the request and provide the name of engineer attending and an ETA. The engineer must attend and rectify (or make safe if rectify is not possible) within 120 minutes from the moment the call-out was received. Priority 2 (P2) - Means a fault which must be fixed on an urgent basis in order to avoid a material degradation to the facilities enjoyed by staff or visitors at one of the Authority's sites. Attendance and rectify within 4 hrs 100% target. Internally this KPI will be monitored on a monthly basis but for compliance will be reported on an annual basis.",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 1
}
}
]
},
{
"id": "3",
"title": "First attendance resolution rate",
"description": "The Supplier shall endeavour to reduce repeated visits for the same job without justifiable reason. Targets Year 1 - 85% Year 2 - 90% Year 3 - 95% Internally this KPI will be monitored on a monthly basis but for compliance will be reported on an annual basis.",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 1
}
}
]
}
],
"amendments": [
{
"id": "029715-2026",
"description": "Notice has been updated to include full redacted contract details and schedules"
},
{
"id": "029775-2026",
"description": "Notice has been updated to include full redacted contract details and schedules. The eSender did not include the zip file in the second version of the notice published at 14:07 on 31 March 2026 therefore a third notice has been prepared and published containing the redacted contract and schedules."
}
]
}
]
}