Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK5

Maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB.

  • First published: 01 September 2025
  • Last modified: 01 September 2025
  • Version: 1
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-h6vhtk-059178
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
01 September 2025
Deadline date:
-
Notice type:
UK5
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CTMUHB wishes to appoint Morris Churchfield to continue delivering the maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB, which is seen as a critical contract to the Estates department.Morris Churchfield (MC) has in depth knowledge of CTMUHB systems and maintain a strong working relationship with the health board.A significant amount of new equipment and assets has been installed across the Princess of Wales Hospital (PoW) as part of the fire alarm upgrade works carried out several years ago, as well as during the Ground and First Floor refurbishment project at Prince Charles Hospital (PCH). Both of these projects include high-value warranties on the installed equipment and assets.In addition, Morris Churchfield has secured the next phase of work at Prince Charles Hospital (PCH) under the Ground & First Floor (G&FF) scheme. Re-tendering this work could place considerable strain on the G&FF scheme’s budget.MC have also installed new detector heads and network cards at Royal Glamorgan Hospital (RGH), Prince Charles Hospital (outside the G&FF scheme), and Glan Rhyd Hospital. Furthermore, Morris Churchfield secured work at Ysbyty Cwm Rhondda (YCR), Ysbyty George Thomas (YGT), Cefn Yr Afon, and Pinewood House in the last financial year. All equipment installed during that period remains under warranty.MC are also currently undertaking substantial works at the Princess of Wales Hospital (PoW) as part of the roof replacement and additional work stream and the theatre fire enforcement works on the same site.To try and manage this type of crossover would be extremely difficult based on the number of assets and the complexity of the life safety systems. In addition, the warranty cover would be void on the installer element of the works, albeit we would retain the manufacturer warranty but would lose any installer warranty. This scenario would again cause major operational and contractual issues with trying to identify responsibility and reduce fault rectification & breakdown times that would put lives at risk and affect safety.The works being undertaking also allow CTMUHB and the Estates Department to embed standardisation with systems and products, enabling improved quality, efficiency and cost effectiveness, reduces on boarding time and associated risk. Having standardised equipment & systems allows faster fault diagnosis and faster adaptions with this compatibility.Keeping the one contractor working on and being responsible for our fire alarm systems removes ambiguity and reduces the risk of these critical systems becoming compromised by having multiple contractors working on the same system/s.Morris Churchfield have also been named as an incumbent contractor as part of the Llantrisant Health Park development, we have provided this information to the main contractor and suggested they use them for continuity but also to allow the installation of the fire alarms system & equipment to standardisation with the majority of our other sites and inpatient, high risk buildings. There is also an increased likelihood of faults or issues being inadvertently introduced into the systems, which could compromise their integrity and performance.Risks and MitigationsAdditionally, this approach carries the risk of increased system complexity and potential non-compliance, as well as the possible loss of high-value warranties on equipment and assets.Operational Estates teams may also face confusion over which contractor to contact when faults or system issues arise, potentially resulting in abortive call-out costs from one or both contractors.Re-tendering this work could place considerable strain on the G&FF scheme’s budget.Procurement Act ComplianceThe Procurement Act (PA23) allows for a Direct Award under both Schedule 5, section 7 – Additional or repeat Goods/services. (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance.And under schedule 5 paragraph 6:(a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and(b)there are no reasonable alternatives to those goods, services or works.Additional grounds apply. As follows:• Where follow up work is required, where the provider has already undertaken initial work in the same area.• There would be a technical compatibility issue which needs to be met such as specific equipment being required.• There is a need to retain a particular contractor for genuine business continuity issues (not just preference).Section 42 also applies, where the award of a public contract via a direct award to protect life and public safety is permitted:42 Direct award to protect life(1) If a Minister of the Crown considers it necessary, the Minister may by regulations provide that specified public contracts may be awarded if a direct award justification applies.(2) In subsection (1), “necessary” means necessary to—(a)protect human, animal or plant life or health, or(b)protect public order or safety.

Full notice text

Scope

Procurement reference

CTM-STA-1764

Procurement description

CTMUHB wishes to appoint Morris Churchfield to continue delivering the maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB, which is seen as a critical contract to the Estates department.

Morris Churchfield (MC) has in depth knowledge of CTMUHB systems and maintain a strong working relationship with the health board.

A significant amount of new equipment and assets has been installed across the Princess of Wales Hospital (PoW) as part of the fire alarm upgrade works carried out several years ago, as well as during the Ground and First Floor refurbishment project at Prince Charles Hospital (PCH). Both of these projects include high-value warranties on the installed equipment and assets.

In addition, Morris Churchfield has secured the next phase of work at Prince Charles Hospital (PCH) under the Ground & First Floor (G&FF) scheme. Re-tendering this work could place considerable strain on the G&FF scheme’s budget.

MC have also installed new detector heads and network cards at Royal Glamorgan Hospital (RGH), Prince Charles Hospital (outside the G&FF scheme), and Glan Rhyd Hospital. Furthermore, Morris Churchfield secured work at Ysbyty Cwm Rhondda (YCR), Ysbyty George Thomas (YGT), Cefn Yr Afon, and Pinewood House in the last financial year. All equipment installed during that period remains under warranty.

MC are also currently undertaking substantial works at the Princess of Wales Hospital (PoW) as part of the roof replacement and additional work stream and the theatre fire enforcement works on the same site.

To try and manage this type of crossover would be extremely difficult based on the number of assets and the complexity of the life safety systems. In addition, the warranty cover would be void on the installer element of the works, albeit we would retain the manufacturer warranty but would lose any installer warranty. This scenario would again cause major operational and contractual issues with trying to identify responsibility and reduce fault rectification & breakdown times that would put lives at risk and affect safety.

The works being undertaking also allow CTMUHB and the Estates Department to embed standardisation with systems and products, enabling improved quality, efficiency and cost effectiveness, reduces on boarding time and associated risk. Having standardised equipment & systems allows faster fault diagnosis and faster adaptions with this compatibility.

Keeping the one contractor working on and being responsible for our fire alarm systems removes ambiguity and reduces the risk of these critical systems becoming compromised by having multiple contractors working on the same system/s.

Morris Churchfield have also been named as an incumbent contractor as part of the Llantrisant Health Park development, we have provided this information to the main contractor and suggested they use them for continuity but also to allow the installation of the fire alarms system & equipment to standardisation with the majority of our other sites and inpatient, high risk buildings.

There is also an increased likelihood of faults or issues being inadvertently introduced into the systems, which could compromise their integrity and performance.

Risks and Mitigations

Additionally, this approach carries the risk of increased system complexity and potential non-compliance, as well as the possible loss of high-value warranties on equipment and assets.

Operational Estates teams may also face confusion over which contractor to contact when faults or system issues arise, potentially resulting in abortive call-out costs from one or both contractors.

Re-tendering this work could place considerable strain on the G&FF scheme’s budget.

Procurement Act Compliance

The Procurement Act (PA23) allows for a Direct Award under both Schedule 5, section 7 – Additional or repeat Goods/services. (b)the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance.

And under schedule 5 paragraph 6:

(a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and

(b)there are no reasonable alternatives to those goods, services or works.

Additional grounds apply. As follows:

• Where follow up work is required, where the provider has already undertaken initial work in the same area.

• There would be a technical compatibility issue which needs to be met such as specific equipment being required.

• There is a need to retain a particular contractor for genuine business continuity issues (not just preference).

Section 42 also applies, where the award of a public contract via a direct award to protect life and public safety is permitted:

42 Direct award to protect life

(1) If a Minister of the Crown considers it necessary, the Minister may by regulations provide that specified public contracts may be awarded if a direct award justification applies.

(2) In subsection (1), “necessary” means necessary to—

(a)protect human, animal or plant life or health, or

(b)protect public order or safety.

Contracting authority

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Identification register:

  • GB-PPON

Address 1: 4-5 Charnwood Court,

Town/City: Cardiff

Postcode: CF14 3UZ

Country: United Kingdom

Website: http://nwssp.nhs.wales/ourservices/procurement-services/

Public Procurement Organisation Number: PXWV-6492-CGMN

Contact name: Lewis Ford

Email: lewis.ford@wales.nhs.uk

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales

Supplier

Morris Line Engineering Limited

Identification register:

  • GB-PPON

Address 1: Morris House, South Road, Bridgend Industrial Estate

Town/City: Bridgend

Postcode: CF31 3EB

Country: United Kingdom

Website: http://nwssp.nhs.wales/ourservices/procurement-services/

Public Procurement Organisation Number: PMVX-2947-DTDP

Email: lewis.ford@wales.nhs.uk

Type:

  • SME

Procedure

Procedure type

Below threshold - without competition

Lots

Divided into 1 lots

Lot number: 1 Status: Complete

Sustainability

Small and medium-sized enterprises (SME)

Contract

Maintenance of life critical, statutory fire alarm systems and accessories across CTMUHB.

ID: 1

Status: Pending

Related lots

1

Date the contract will be signed (estimated)

08 September 2025, 23:59PM

Value

90620.00 GBP Excluding VAT

108744.00 GBP Including VAT

Main category

Services

CPV classifications

  • 50800000 - Miscellaneous repair and maintenance services

Delivery regions

  • UKL15 - Central Valleys
  • UKL17 - Bridgend and Neath Port Talbot

Is the total value above threshold?

Below threshold

Contract dates (estimated)

22 September 2025, 00:00AM to 21 September 2026, 23:59PM

Suppliers

  • GB-PPON-PMVX-2947-DTDP

Coding

Commodity categories

ID Title Parent category
There are no commodity categories for this notice.

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

Document family

Notice details
Publication date:
01 September 2025
Deadline date:
Notice type:
UK5
Version:
1
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
14 October 2025
Deadline date:
Notice type:
UK6
Version:
1
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
07 November 2025
Deadline date:
Notice type:
UK7
Version:
1
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.