Notice Information
Notice Title
Emergency Lighting
Notice Description
High-Level Scope - Emergency Lighting Solution for CTMUHB CTMUHB requires the continued supply of emergency lighting equipment that aligns with the Health Board's established technical standards and operational needs. The scope focuses on ensuring that future installations, upgrades, and system expansions integrate smoothly with the existing emergency lighting platform used across the CTMUHB estate. 1. Compatibility with Existing Systems The Health Board operates an established, estate-wide emergency lighting system with specific hardware, software, and monitoring capabilities. New equipment must be fully compatible with the existing infrastructure to maintain consistent system performance, centralised monitoring, and efficient maintenance. 2. Full Interoperability and Safety Alignment The emergency lighting solution must operate as part of a unified, interoperable system. This includes supporting: centralised testing and system oversight, consistent and reliable fault reporting, compliance with BS 5266, WHTM guidance, and life safety standards, and dependable operation during fire or emergency events. All components must integrate seamlessly into the current communications and diagnostic architecture used across CTMUHB sites. 3. Support for Standardisation Across the Estate CTMUHB is progressing toward maintaining a standardised emergency lighting platform. Any products supplied must contribute to this strategy by: ensuring uniformity across existing and future installations, preventing fragmentation or duplication of monitoring systems, and enabling estates and engineering teams to manage the system efficiently. 4. Minimising Disruption and Avoiding Re-engineering The solution must be deployable within the existing system without the need for: removal or bypassing of current equipment, redesign or reconfiguration of monitoring or control systems, replacement of compatible wiring, or re-commissioning of entire networks. The goal is to maintain continuity of service across clinical and non-clinical areas without causing operational disruption.
Procurement Information
Under Section 41 of the Procurement Act 2023, a contracting authority may directly award a contract where one or more justifications in Schedule 5 apply. In this case, the justification relied upon is the "single supplier" ground, where only one supplier is capable of delivering the required goods or services due to technical, exclusive, or proprietary reasons. The Health Board has adopted the Thorlux SmartScan emergency lighting platform as its standard across the estate. Thorlux is the only manufacturer able to supply equipment fully compatible with the existing network of SmartScan luminaires, control devices, and monitoring systems. Its system is proprietary, and alternative suppliers cannot provide products capable of integrating with, communicating through, or being managed within the SmartScan architecture. As such, no reasonable alternative supplier exists, fulfilling the Procurement Act's "single supplier" justification for direct award where exclusive technical capability applies.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0612ad
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008337-2026
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- UK5 - Transparency Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £220,000 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Jan 20263 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 30 Jan 20263 weeks ago
- Contract Period
- 6 Feb 2026 - 31 Mar 2026 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)
- Contact Name
- Ben Coughlin
- Contact Email
- ben.coughlin@wales.nhs.uk
- Contact Phone
- +447538834453
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF14 3UZ
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL52 Cardiff and Vale of Glamorgan
- Delivery Location
- Not specified
-
- Local Authority
- Cardiff
- Electoral Ward
- Gabalfa
- Westminster Constituency
- Cardiff North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/008337-2026
30th January 2026 - Transparency notice on Find a Tender
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-0612ad-2026-01-30T10:27:38Z",
"date": "2026-01-30T10:27:38Z",
"ocid": "ocds-h6vhtk-0612ad",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXWV-6492-CGMN",
"name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
"identifier": {
"scheme": "GB-PPON",
"id": "PXWV-6492-CGMN"
},
"address": {
"streetAddress": "4-5 Charnwood Court,",
"locality": "Cardiff",
"postalCode": "CF14 3UZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKL22"
},
"contactPoint": {
"name": "Ben Coughlin",
"email": "Ben.Coughlin@wales.nhs.uk",
"telephone": "+447538834453"
},
"roles": [
"buyer"
],
"details": {
"url": "http://nwssp.nhs.wales/ourservices/procurement-services/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
},
{
"id": "GB-WLS",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Welsh devolved regulations apply"
}
]
}
},
{
"id": "GB-COH-00317886",
"name": "Thorlux Lighting",
"identifier": {
"scheme": "GB-COH",
"id": "00317886"
},
"address": {
"streetAddress": "Merse Road, North Moons Moat",
"locality": "Redditch",
"postalCode": "B98 9HH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG12"
},
"contactPoint": {
"email": "thorlux@thorlux.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PXWV-6492-CGMN",
"name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
},
"tender": {
"id": "CTM-DIR-(25-26) 214",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Emergency Lighting",
"description": "High-Level Scope - Emergency Lighting Solution for CTMUHB CTMUHB requires the continued supply of emergency lighting equipment that aligns with the Health Board's established technical standards and operational needs. The scope focuses on ensuring that future installations, upgrades, and system expansions integrate smoothly with the existing emergency lighting platform used across the CTMUHB estate. 1. Compatibility with Existing Systems The Health Board operates an established, estate-wide emergency lighting system with specific hardware, software, and monitoring capabilities. New equipment must be fully compatible with the existing infrastructure to maintain consistent system performance, centralised monitoring, and efficient maintenance. 2. Full Interoperability and Safety Alignment The emergency lighting solution must operate as part of a unified, interoperable system. This includes supporting: centralised testing and system oversight, consistent and reliable fault reporting, compliance with BS 5266, WHTM guidance, and life safety standards, and dependable operation during fire or emergency events. All components must integrate seamlessly into the current communications and diagnostic architecture used across CTMUHB sites. 3. Support for Standardisation Across the Estate CTMUHB is progressing toward maintaining a standardised emergency lighting platform. Any products supplied must contribute to this strategy by: ensuring uniformity across existing and future installations, preventing fragmentation or duplication of monitoring systems, and enabling estates and engineering teams to manage the system efficiently. 4. Minimising Disruption and Avoiding Re-engineering The solution must be deployable within the existing system without the need for: removal or bypassing of current equipment, redesign or reconfiguration of monitoring or control systems, replacement of compatible wiring, or re-commissioning of entire networks. The goal is to maintain continuity of service across clinical and non-clinical areas without causing operational disruption.",
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "Under Section 41 of the Procurement Act 2023, a contracting authority may directly award a contract where one or more justifications in Schedule 5 apply. In this case, the justification relied upon is the \"single supplier\" ground, where only one supplier is capable of delivering the required goods or services due to technical, exclusive, or proprietary reasons. The Health Board has adopted the Thorlux SmartScan emergency lighting platform as its standard across the estate. Thorlux is the only manufacturer able to supply equipment fully compatible with the existing network of SmartScan luminaires, control devices, and monitoring systems. Its system is proprietary, and alternative suppliers cannot provide products capable of integrating with, communicating through, or being managed within the SmartScan architecture. As such, no reasonable alternative supplier exists, fulfilling the Procurement Act's \"single supplier\" justification for direct award where exclusive technical capability applies.",
"lots": [
{
"id": "1",
"status": "complete",
"suitability": {
"sme": true
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
],
"procurementMethodRationaleClassifications": [
{
"id": "additionalRepeatExtensionPartialReplacement"
}
]
},
"awards": [
{
"id": "1",
"title": "Emergency Lighting",
"status": "pending",
"value": {
"amountGross": 269999.96,
"amount": 220000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-00317886",
"name": "Thorlux Lighting"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44000000",
"description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
}
],
"deliveryAddresses": [
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2026-02-06T00:00:00+00:00",
"endDate": "2026-03-31T23:59:59+01:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "008337-2026",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008337-2026",
"datePublished": "2026-01-30T10:27:38Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-06T23:59:59+00:00",
"status": "scheduled"
}
]
}
],
"language": "en"
}