Award

Emergency Lighting

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

UK5: Transparency notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-008337

Procurement identifier (OCID): ocds-h6vhtk-0612ad

Published 30 January 2026, 10:27am



Scope

Reference

CTM-DIR-(25-26) 214

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.


Contract 1. Emergency Lighting

Supplier

Contract value

  • £220,000 excluding VAT
  • £269,999.96 including VAT

Above the relevant threshold

Earliest date the contract will be signed

6 February 2026

Contract dates (estimated)

  • 6 February 2026 to 31 March 2026
  • 1 month, 23 days

Main procurement category

Goods

CPV classifications

  • 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

Contract locations

  • UKL - Wales

Participation

Particular suitability

Small and medium-sized enterprises (SME)


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Direct award

Direct award justification

Additional or repeat goods, services or works - extension or partial replacement

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.


Supplier

Thorlux Lighting

  • Companies House: 00317886

Merse Road, North Moons Moat

Redditch

B98 9HH

United Kingdom

Region: UKG12 - Worcestershire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Contract 1. Emergency Lighting


Contracting authority

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

  • Public Procurement Organisation Number: PXWV-6492-CGMN

4-5 Charnwood Court,

Cardiff

CF14 3UZ

United Kingdom

Contact name: Ben Coughlin

Telephone: +447538834453

Email: Ben.Coughlin@wales.nhs.uk

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

Region: UKL22 - Cardiff and Vale of Glamorgan

Organisation type: Public authority - central government

Devolved regulations that apply: Wales