Planning

Provision of a Six Facet Condition Survey across the Nottingham University Hospitals NHS Trust's Estate

NOTTINGHAM UNIVERSITY HOSPITAL NHS TRUST

This public procurement record has 1 release in its history.

Planning

24 Mar 2026 at 16:10

Summary of the contracting process

The Nottingham University Hospital NHS Trust is planning to procure services for a Six Facet Condition Survey across its estate. The tender process is currently at the planning stage. The services required will cover detailed surveys at Nottingham City Hospital, Queen's Medical Centre, and Ropewalk House, with a focus on various facets such as physical condition and statutory compliance. The procurement process is selective and uses a competitive flexible procedure, with additional information provided in the procurement documents. Key dates include the expression of interest deadline on 29th May 2026 and an award period ending on 1st August 2026. The estimated contract value is £2,500,000, and it includes options for extension, dependent on performance and budgets.

This tender presents substantial opportunities for growth in the building surveying and technical inspection services industries. Ideal candidates are businesses versed in building services and surveying, particularly those with experience in healthcare settings. Organisations providing strong technical management and data collation, and offering competitive pricing will have a distinct advantage. SMEs are encouraged to participate, as the criteria for selection include economic and technical ability to perform the contract without negotiation. Additionally, demonstration of social value and quality in service provision will be crucial for success, opening doors for businesses well-positioned to meet these requirements effectively.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Provision of a Six Facet Condition Survey across the Nottingham University Hospitals NHS Trust's Estate

Notice Description

Nottingham University Hospitals NHS Trust (The Authority) requires a Supplier to undertake relevant six facet surveys across the entirety of its estate (The Services). The purpose of the Services is to update the Physical Condition, Functional Stability, Space Utilisation, Quality, Statutory Compliance and Environmental facets across its Nottingham City Hospital, Queen's Medical Centre and Ropewalk House sites (The Premises and Locations). The objective is to establish a refreshed baseline identifying unpalatable risk across the estate to align with the objectives and targets of the Authority's relevant strategies and to inform an action plan for any remediation that may be required. The Services shall include the six facet surveys and gathering of relevant data in accordance with applicable industry standards whilst ensuring consistency of results between the various surveys required. The Services shall enable the Authority to determine the condition and risk for each facet element and allocate condition categories to its Premises and Locations on a "per facet" basis. Together with a summary of remedial works required, photos of non-compliant areas and estimated costs to bring each facet to a safe and acceptable condition, the six facet survey shall assist the Authority in prioritising budget allocation to the relevant critical areas. This information will support the Authority's backlog maintenance reporting and Estates Return Information Collection (ERIC) information. To enable successful provision of the Services, as a minimum, the Supplier shall: a) lead on the production and collation of relevant asset survey reports b) provide the Services: (i) in accordance with the Authority's budgets (ii) in line with its Programme c) ensure successful outcomes achieving the Authority's required level of quality d) provide technical management of the survey including, but not limited to, survey activities, data collection and production, access and Permits [DS1] to Work under the direction of the Contract Manager e) collate the data captured during the relevant surveys and develop of a detailed overarching technical report that will enable the Authority to develop its subsequent estates strategy f) provide programme support and progress updates to the Authority's relevant staff via project team meetings on a monthly basis

Lot Information

Lot 1

Options: Options shall include, but not be limited to, the following: - The Commercial Schedule is to be based on the total equipment to be maintained at the Premises for the duration of the Term. - The quantities in the Commercial Schedule are provided in good faith; however, these figures may be subject to change (E.g. the number of systems may increase or decrease following completion of a separate building project). - The Prices in the Commercial Schedule shall be determined by multiplying the relevant rate by the quantity, which shall be the number of required over the Term. - Subject to the Supplier achieving a rating of Good required by relevant KPI's, on the 2nd anniversary of the Actual Services Commencement Date, any request to increase the rates and Prices in the Commercial Schedule must be in line with the following price adjustment for inflation (PAFI)mechanism detailed in Schedule 6 of the Contract. - The Authority invites Suppliers to submit rates and Prices for Asbestos and/or Fire Door Surveying and Inspection Services (The Additional Services) in response to Section 4 Price List. - Prices in Section 4 are for Information Only and shall not form part of the evaluation. - Failure to provide rates and Prices for in response to Section 4 of the Price List shall not lead to the Supplier's exclusion from further participation in this procurement. - The Authority may purchase the Additional Services via the eventual contract at any time during the Term provided, in the Authority's opinion, the rates and Prices represent value for money - Details concerning the above and any other options are stated in the associated procurement documents

Renewal: In the event the additional Services are included within the contract, the Term is 24 months with the option to extend to a maximum term of 60 months. Extensions shall be granted on the basis of good performance, available budgets and the Authority's requirements.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067323
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026982-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK3 - Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71315000 - Building services

71315300 - Building surveying services

71631300 - Technical building-inspection services

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
£2,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Mar 20261 weeks ago
Submission Deadline
29 May 20262 months to go
Future Notice Date
1 May 20264 weeks to go
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2028 2-3 years
Recurrence
2030-05-01

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NOTTINGHAM UNIVERSITY HOSPITAL NHS TRUST
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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, TLF22 Leicestershire CC and Rutland

Local Authority
Nottingham
Electoral Ward
Sherwood
Westminster Constituency
Nottingham East

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-067323-2026-03-24T16:10:48Z",
    "date": "2026-03-24T16:10:48Z",
    "ocid": "ocds-h6vhtk-067323",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "026982-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026982-2026",
                "datePublished": "2026-03-24T16:10:48Z",
                "format": "text/html"
            }
        ]
    },
    "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": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVQC-9261-WGRM",
        "name": "Nottingham University Hospital NHS Trust"
    },
    "tender": {
        "id": "C416157",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of a Six Facet Condition Survey across the Nottingham University Hospitals NHS Trust's Estate",
        "description": "Nottingham University Hospitals NHS Trust (The Authority) requires a Supplier to undertake relevant six facet surveys across the entirety of its estate (The Services). The purpose of the Services is to update the Physical Condition, Functional Stability, Space Utilisation, Quality, Statutory Compliance and Environmental facets across its Nottingham City Hospital, Queen's Medical Centre and Ropewalk House sites (The Premises and Locations). The objective is to establish a refreshed baseline identifying unpalatable risk across the estate to align with the objectives and targets of the Authority's relevant strategies and to inform an action plan for any remediation that may be required. The Services shall include the six facet surveys and gathering of relevant data in accordance with applicable industry standards whilst ensuring consistency of results between the various surveys required. The Services shall enable the Authority to determine the condition and risk for each facet element and allocate condition categories to its Premises and Locations on a \"per facet\" basis. Together with a summary of remedial works required, photos of non-compliant areas and estimated costs to bring each facet to a safe and acceptable condition, the six facet survey shall assist the Authority in prioritising budget allocation to the relevant critical areas. This information will support the Authority's backlog maintenance reporting and Estates Return Information Collection (ERIC) information. To enable successful provision of the Services, as a minimum, the Supplier shall: a) lead on the production and collation of relevant asset survey reports b) provide the Services: (i) in accordance with the Authority's budgets (ii) in line with its Programme c) ensure successful outcomes achieving the Authority's required level of quality d) provide technical management of the survey including, but not limited to, survey activities, data collection and production, access and Permits [DS1] to Work under the direction of the Contract Manager e) collate the data captured during the relevant surveys and develop of a detailed overarching technical report that will enable the Authority to develop its subsequent estates strategy f) provide programme support and progress updates to the Authority's relevant staff via project team meetings on a monthly basis",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71315300",
                        "description": "Building surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315000",
                        "description": "Building services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631300",
                        "description": "Technical building-inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF14",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3000000,
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Qualifying planned procurement notice",
            "features": "Information regarding the procurement process will be provided within the relevant parts of the associated procurement documents."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "The Authority 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",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-05-29T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-05-29T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-01T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "planned",
                "value": {
                    "amountGross": 3000000,
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Suppliers will be required to respond to a number of Scored Questions within the Supplier Response Document which are intended to explain how they will meet the relevant requirements.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "When submitting a Tender Suppliers will have the opportunity to demonstrate how their organisations will support the following Social Value Outcome: \"Fair work: that offers fair wages and good working conditions Help people get a job, stay in work, and progress in their careers, with good employment opportunities across the country.\"",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price scores will be calculated based upon the lowest price submitted by Suppliers.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "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 in the ITT - The Authority intends to enter into a contract with the successful Supplier based on the NHS Terms and Conditions for the Supply of Goods and Provision of Services with amendments. By submitting a Tender, Suppliers are agreeing to be bound by the terms of the ITT and the draft contract as issued with the ITT without further negotiation or amendment. - Any other relevant criteria as stated in the associated procurement documents"
                        },
                        {
                            "type": "technical",
                            "description": "The Authority 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. Supplier's responses to the Supplier Information Questions will be used to assess whether the Supplier satisfies the conditions of participation for this Procurement. Suppliers must satisfy these conditions otherwise they will be disqualified and subsequently excluded from the Procurement process. If a Supplier does not satisfy the Conditions of Participation, then then the Authority 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."
                        }
                    ]
                },
                "suitability": {
                    "sme": 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": "In the event the additional Services are included within the contract, the Term is 24 months with the option to extend to a maximum term of 60 months. Extensions shall be granted on the basis of good performance, available budgets and the Authority's requirements."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options shall include, but not be limited to, the following: - The Commercial Schedule is to be based on the total equipment to be maintained at the Premises for the duration of the Term. - The quantities in the Commercial Schedule are provided in good faith; however, these figures may be subject to change (E.g. the number of systems may increase or decrease following completion of a separate building project). - The Prices in the Commercial Schedule shall be determined by multiplying the relevant rate by the quantity, which shall be the number of required over the Term. - Subject to the Supplier achieving a rating of Good required by relevant KPI's, on the 2nd anniversary of the Actual Services Commencement Date, any request to increase the rates and Prices in the Commercial Schedule must be in line with the following price adjustment for inflation (PAFI)mechanism detailed in Schedule 6 of the Contract. - The Authority invites Suppliers to submit rates and Prices for Asbestos and/or Fire Door Surveying and Inspection Services (The Additional Services) in response to Section 4 Price List. - Prices in Section 4 are for Information Only and shall not form part of the evaluation. - Failure to provide rates and Prices for in response to Section 4 of the Price List shall not lead to the Supplier's exclusion from further participation in this procurement. - The Authority may purchase the Additional Services via the eventual contract at any time during the Term provided, in the Authority's opinion, the rates and Prices represent value for money - Details concerning the above and any other options are stated in the associated procurement documents"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-05-01T23:59:59+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2030-05-01T23:59:59+01:00"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Further details concerning payment terms will be provided in the associated procurement documents"
        },
        "riskDetails": "Risks concerning this contract include, but may not be limited to, the following: - Changes to Relevant Guidance - Expansion or reduction of the Services - Capacity Constraints - Budgetary Changes - Changes to the Authority's requirements. - Delays to Timescales - Any risks identified by the Supplier in its response to the Specification and Tender Response Document"
    },
    "language": "en"
}