Tender

DOF FIRE CONSULTANT SERVICES FRAMEWORK 2026

  • CPD - Construction Division

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-008385

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

Published 30 January 2026, 11:48am



Scope

Reference

C001210FS

Description

Tenders are invited for the appointment of 1no. Supplier to each Lot (2no.) of a Framework to provide the following Services; Lot 1 Fire Risk Assessments, Lot 2 Fire Consultant Services

This Framework is not a guarantee of any future workload, outside of that outlined within the Scope, but demonstrates an intention to utilise the appointed Supplier to provide services where appropriate.

The successful Supplier appointed to each Lot should be suitably qualified and experienced to work in partnership with the Authority and each Client to deliver a high-quality and comply with all Law, Statutory Requirements and Relevant / British European / International Standards.

Suppliers will be required to make all information available from each Work Order let under this Framework, for reporting and/or benchmarking opportunities.

Lot 1 is for the appointment of 1no. Supplier for the provision of a service for Fire Risk Assessments on behalf of DoF Property Services Division - Fire Safety Section (PSD FSS). The service shall include the preparation of Fire Risk Assessments Reports for buildings within the Northern Ireland central government office estate and other public sector bodies, as required by the Client Group.

DoF PSD Fire Safety Section (PSD FSS) will manage the operation of this Framework as the Client's Representative on behalf of Client Group. PSD FSS will monitor the performance of the Supplier and work with them to drive forward best practice, leading to continuous improvement in delivered Fire Risk Assessments.

Lot 2 is for the appointment of 1no. Supplier for the provision of a Consultant service to both; provide a fire safety design review and verification service to externally procured Integrated Consultant Team (ICT) and Integrated Supply Teams (IST) fire design and fire engineered strategies, to ensure code compliant building designs that meet all NICS, Client, and legal requirements (Consultancy Services) and to provide a fire safety design and advisory service to internal CPD design teams (Design Services)

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,025,000 excluding VAT
  • £1,230,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2030
  • 4 years

Main procurement category

Services

CPV classifications

  • 71317100 - Fire and explosion protection and control consultancy services
  • 75251110 - Fire-prevention services

Contract locations

  • UKN0 - Northern Ireland

Lot 1. LOT 1 FIRE RISK ASSESSMENTS

Description

This Framework Lot 1 is for the appointment of 1no. Supplier for the provision of a

service for Fire Risk Assessments on behalf of DoF Property Services Division - Fire

Safety Section (PSD FSS). The service shall include the preparation of Fire Risk

Assessments Reports for buildings within the Northern Ireland central government

office estate and other public sector bodies, as required by the Client Group.

DoF PSD Fire Safety Section (PSD FSS) will manage the operation of this Framework

at the Client's Representative on behalf of Client Group. PSD FSS will monitor the

performance of the Supplier and work with them to drive forward best practice, leading

to continuous improvement in delivered Fire Risk Assessments.

Lot value (estimated)

  • £800,000 excluding VAT
  • £960,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. LOT 2 - FIRE CONSULTANT SERVICES

Description

This Framework Lot 2 is for the appointment of 1no. Supplier for the provision of a

service to both; provide a fire safety design review and verification service to externally

procured Integrated Consultant Team (ICT) / Integrated Supply Teams (IST) fire

design and fire engineered strategies, to ensure code compliant building designs that

meet all NICS, Client, and legal requirements (Consultancy Services) and to provide

a fire safety design and advisory service to internal CPD design teams (Design

Services)

The Supplier's overall role will be to provide advice in relation to the fire safety aspects

of the design in order to provide reasonable confidence that the design that is

developed, as well as the completed building, should achieve an acceptable standard

of fire safety, comply with the client's objectives and meet all relevant legal fire safety

CPD - PA23 - Competitive Flexible - Professional Services

Invitation to Participate - Schedule of Contract Specific Information (ItP Part B)

Page 7 of 13

requirements. The Supplier will be responsible for monitoring the delivery of the design

throughout the RIBA stages.

CPD Construction Division (CPD CD) will manage the operation of this Framework as

the Client's Representative on behalf of Client Group. CPD CD will monitor the

performance of the ICTs and work with them to drive forward best practice, leading to

continuous improvement in the delivery of Fire Strategy / Design Review Reports.

Lot value (estimated)

  • £225,000 excluding VAT
  • £270,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

2

Maximum percentage fee charged to suppliers

0%

Framework operation description

A contract will be established between the Supplier and the Authority by means of the

issue of a Work Order by the Authority with instructions to provide services.

Refer to Lot 1/2 Scope of Service for further information.

The Supplier will provide the service under each Work Order using the same team as

indicated in their TP-TS Team Structure. This will mean that a consistent team will be

engaged to provide fire risk assessment services.

As set out in the Scope of Services, a Supplier may not be issued with any further

orders where it failed to substantially achieve the level of performance on previous

orders compliant with the KPIs set out in the Framework Agreement.

A Work Order will normally be associated with a single project or building, but where

appropriate the Authority may, for example, create a Work Order for a number of

buildings / projects or to provide services for a particular member or members of the

Client Group.

The Authority reserves the right to bundle Projects as part of one Work Order at its

discretion.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. LOT 1 FIRE RISK ASSESSMENTS

Lot 2. LOT 2 - FIRE CONSULTANT SERVICES

PLEASE REFER TO THE TENDER DOCUMENTS

Technical ability conditions of participation

Lot 1. LOT 1 FIRE RISK ASSESSMENTS

Lot 2. LOT 2 - FIRE CONSULTANT SERVICES

PLEASE REFER TO THE TENDER DOCUMENTS


Submission

Enquiry deadline

2 March 2026, 3:00pm

Submission type

Requests to participate

Tender submission deadline

2 March 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

31 March 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
PRICE Price 60%
QUALITY Quality 30%
SOCIAL VALUE Quality 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Please refer to the ITP-PART A DOCUMENT GENERIC INFORMATION AND GUIDANCE


Contracting authority

CPD - Construction Division

  • Public Procurement Organisation Number: PBPX-2845-LQQH

CLARE HOUSE 303 AIRPORT ROAD WEST

BELFAST

BT3 9ED

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland