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
| 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