Tender

Active Fire Framework 2025

  • Northern Housing Consortium Ltd

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

Notice identifier: 2025/S 000-044885

Procurement identifier (OCID): ocds-h6vhtk-056a88

Published 31 July 2025, 4:05pm



Scope

Description

The scope of this Framework Agreement is for the provision of active fire products and services. The Framework will cover, but is not limited to:

•Risk assessments; inspections; fire equipment testing; and portable appliances testing

•Fire products including fire detectors; manual and automatic action products; and fire-retardant products

•Servicing and maintenance; fire safety and remedial works; security and access systems; emergency lighting; fire damper and fire collar maintenance; and minor works and servicing.

The products and services shall fall into 4 separate Framework "LOTs", further broken down into Sub-Lots, to reflect the structure of the industries. Supply Partners are invited to apply for one or more LOT(s) if applicable.

LOT 1: Fire Products- Supply and Installation

Sub-Lot 1.1 Fire Detection

Sub-Lot 1.2 Smoke Control Systems

Sub-Lot 1.3 Sprinkler System

Sub-Lot 1.4 Misting System

Sub-Lot 1.5 Fire Extinguisher

Sub-Lot 1.6 Emergency Lighting

Sub-Lot 1.7 Fire Alarm Monitoring

Sub-Lot 1.8 Fire Escape Products

Sub- Lot 1.9 Defibrillators

LOT 2: Consultancy

Sub-Lot 2.1 Fire Risk Assessments

Sub-Lot 2.2 Fire Risk Inspections

Sub-Lot 2.3 Fire Engineering

LOT 3: Servicing

Sub-Lot 3.1 Fire Servicing and Maintenance

Sub-Lot 3.2 Fire Safety, Minor and Remedial Works

Sub-Lot 3.3 Emergency Lighting Maintenance

Sub-Lot 3.4 Fire Damper and Fire Collar Maintenance

Sub-Lot 3.5 Fire Extinguisher Maintenance

Sub-Lot 3.6 Maintenance of Defibrillators

Sub-Lot 3.7 Fire Escape Products Maintenance

Sub-Lot 3.8 Sprinkler Systems Service and Maintenance

Sub-Lot 3.9 Misting System Service and Maintenance

LOT 4: Fully Managed Service

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=969251536

Commercial tool

Establishes a framework

Total value (estimated)

  • £575,000,000 excluding VAT
  • £690,981,600 including VAT

Above the relevant threshold

Main procurement category

Services

Contract locations

  • UK - United Kingdom

Lot constraints

Description of how multiple lots may be awarded:

Bidders may bid for all lots and may be awarded to all lots. We will appoint a maximum of 10 suppliers per lot.

Not the same for all lots

CPV classifications and contract dates are shown in Lot sections, because they are not the same for all lots.


Lot 1.1. Sub-Lot 1.1 Fire Detection

Description

Design, installation, commissioning and maintenance of fire detection systems to ensure the safety and compliance of buildings and facilities. The goal is to provide early detection of fire incidents to protect life and property.

Purpose The purpose of the fire detection system is to:

•Detect fire incidents at the earliest possible stage.

•Alert occupants and emergency services promptly.

•Facilitate safe evacuation and firefighting efforts.

•Ensure compliance with relevant fire safety regulations and standards.

Lot value (estimated)

  • £19,950,000 excluding VAT
  • £23,940,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 1.2. SUB-LOT 1.2: SMOKE CONTROL SYSTEMS

Description

Supply and installation of smoke control systems to ensure the safety and compliance of buildings and facilities. The goal is to provide effective smoke control to facilitate safe evacuation and fire suppression efforts.

Purpose The purpose of this specification is to:

•Supply high-quality manual and automatic smoke control products.

•Ensure proper installation and functionality of these products.

•Comply with relevant fire safety regulations and standards.

Lot value (estimated)

  • £49,850,000 excluding VAT
  • £59,820,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 1.3. SUB-LOT 1.3: SPRINKLER SYSTEM

Description

The requirements for the design, supply, installation, testing, and commissioning of sprinkler systems to ensure fire protection for the specified premises.

The purpose of this specification is to:

•Supply high-quality sprinkler systems to suppress or extinguish fire to protect life and property

•Ensure proper installation and functionality of these products.

•Comply with relevant fire safety regulations and standards.

Lot value (estimated)

  • £49,850,000 excluding VAT
  • £59,820,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 1.4. SUB-LOT 1.4: MISTING SYSTEM

Description

Design, supply, installation, testing, and commissioning of misting systems to ensure fire protection for the specified premises.

The purpose is to:

•Supply high-quality misting systems to suppress or extinguish fire to protect life and property

•Ensure proper installation and functionality of these products.

•Comply with relevant fire safety regulations and standards.

Lot value (estimated)

  • £39,900,000 excluding VAT
  • £47,880,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 1.5. SUB-LOT 1.5: FIRE EXTINGUISHERS

Description

The requirements for the supply of fire extinguishers to ensure adequate fire protection for the specified premises.

Lot value (estimated)

  • £9,975,000 excluding VAT
  • £11,970,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 1.6. SUB-LOT 1.6: EMERGENCY LIGHTING (SUPPLY AND INSTALLATION)

Description

The requirements for the design, supply, installation, testing, and commissioning of emergency lighting systems to ensure safe evacuation during power outages or emergencies.

Lot value (estimated)

  • £49,850,000 excluding VAT
  • £59,820,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 1.7. SUB-LOT 1.7 FIRE ALARM MONITORING

Description

The requirements for the supply, installation, testing, and commissioning of a fire alarm monitoring system to ensure continuous surveillance and prompt response to fire incidents.

Lot value (estimated)

  • £9,975,000 excluding VAT
  • £11,970,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 1.8. SUB-LOT 1.8: FIRE ESCAPE PRODUCTS

Description

The supply, installation, testing, and commissioning of fire escape products to ensure safe evacuation during emergencies.

Lot value (estimated)

  • £19,950,000 excluding VAT
  • £23,940,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 1.9. SUB-LOT 1.9: DEFIBRILLATOR

Description

The supply of defibrillators to ensure their proper operation and availability in case of cardiac emergencies.

Lot value (estimated)

  • £19,950,000 excluding VAT
  • £23,940,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 51700000 - Installation services of fire protection equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot Sub-Lot 2.1. Sub-Lot 2.1: Fire Risk Assessments

Description

The requirements for conducting Fire Risk Assessments (FRA) to ensure the safety and compliance of buildings and facilities. The goal is to identify potential fire hazards, evaluate risks, and implement measures to mitigate these risks. The requirements of an FRA are to ensure that it assists member organisations to meet their obligations under the Regulatory Reform (Fire Safety) Order 2005.

The purpose of the FRA is to:

•Identify fire hazards and risks within the premises.

•Evaluate the effectiveness of existing fire safety measures.

•Recommend improvements to enhance fire safety.

•Ensure compliance with relevant fire safety regulations and standards

Lot value (estimated)

  • £7,182,500 excluding VAT
  • £8,619,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 71317100 - Fire and explosion protection and control consultancy services

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 2.2. SUB-LOT 2.2: FIRE RISK INSPECTIONS

Description

The requirements for conducting Fire Risk Inspections (FRI) to ensure the safety and compliance of buildings and facilities. The goal is to identify potential fire hazards, evaluate risks, and implement measures to mitigate these risks.

The purpose of the FRI is to:

•Physically inspect buildings to identify fire hazards and risks within the premises or to evaluate the risk relating to specific incidents, changes to buildings or building design.

•Evaluate the effectiveness of existing fire safety measures.

•Recommend improvements to enhance fire safety.

•Ensure compliance with relevant fire safety regulations and standards.

Lot value (estimated)

  • £7,182,500 excluding VAT
  • £8,619,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 2 January 2030
  • 4 years, 1 day

CPV classifications

  • 71317100 - Fire and explosion protection and control consultancy services

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 2.3. SUB-LOT 2.3: FIRE ENGINEERING

Description

The requirements for Active Fire Engineering (AFE) to ensure the safety and compliance of buildings and facilities. The goal is to design, implement, and maintain effective fire protection systems.

Purpose The purpose of the AFE is to:

•Provide advice and guidance on areas of complex fire safety

•Design fire protection systems that prevent, detect, and respond to fires aligned to the advice.

•Ensure the effectiveness of fire safety measures.

•Comply with relevant fire safety regulations and standards.

Lot value (estimated)

  • £7,182,500 excluding VAT
  • £8,619,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 71317100 - Fire and explosion protection and control consultancy services

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.1. SUB-LOT 3.1: FIRE SERVICING AND MAINTENANCE

Description

The requirements for the servicing and maintenance of fire protection systems to ensure their proper operation and compliance with safety standards.

Lot value (estimated)

  • £49,850,000 excluding VAT
  • £59,820,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.2. SUB-LOT 3.2: FIRE SAFETY, MINOR AND REMEDIAL WORKS

Description

The requirements for fire safety and remedial works to ensure compliance with fire safety regulations and enhance the overall safety of the premises

Lot value (estimated)

  • £59,825,000 excluding VAT
  • £71,790,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.3. SUB-LOT 3.3: EMERGENCY LIGHTING

Description

The requirements for the maintenance of emergency lighting systems to ensure safe evacuation during power outages or emergencies.

Lot value (estimated)

  • £34,912,500 excluding VAT
  • £41,895,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.4. SUB-LOT 3.4: FIRE DAMPER AND FIRE COLLAR MAINTENANCE

Description

The requirements for the maintenance of fire dampers and fire collars to ensure their proper operation and compliance with fire safety standards.

Lot value (estimated)

  • £5,700,000 excluding VAT
  • £6,840,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.5. SUB-LOT 3.5: FIRE EXTINGUISHER MAINTENANCE

Description

Outlines the requirements for maintenance and servicing of fire extinguishers to assist the suppression of fire in the event of an emergency.

Lot value (estimated)

  • £9,975,000 excluding VAT
  • £11,970,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.6. SUB-LOT 3.6 MAINTENANCE OF DEFIBRILLATORS

Description

Outlines the requirements for the maintenance of defibrillators to ensure their proper operation and availability in case of cardiac emergencies

Lot value (estimated)

  • £49,850,000 excluding VAT
  • £59,820,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.7. SUB-LOT 3.7: FIRE ESCAPE PRODUCTS

Description

Outlines the requirements for the maintenance of fire escape products to ensure safe evacuation during emergencies.

Lot value (estimated)

  • £4,090,000 excluding VAT
  • £5,889,600 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.8. SUB-LOT 3.8: SPRINKLER SYSTEMS SERVICE AND MAINTENANCE

Description

Outlines the procedures for the regular service and maintenance of sprinkler systems to ensure optimal performance and compliance with safety standards

Lot value (estimated)

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot SUB-LOT 3.9. SUB-LOT 3.9: MISTING SYSTEMS SERVICE AND MAINTENANCE

Description

Outlines the procedures for the regular service and maintenance of misting systems to ensure optimal performance and compliance with safety standards.

Lot value (estimated)

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 50413200 - Repair and maintenance services of firefighting equipment

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Lot LOT 4. LOT 4: FULLY MANAGED SERVICE

Description

Must be able to undertake ALL activities detailed within those LOTs/Sub-Lots either directly or through carefully selected sub-contractors or consortia arrangements

Lot value (estimated)

  • £60,000,000 excluding VAT
  • £72,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 2 January 2026 to 1 January 2030
  • 4 years

CPV classifications

  • 31518200 - Emergency lighting equipment
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35110000 - Firefighting, rescue and safety equipment
  • 38431200 - Smoke-detection apparatus
  • 44115500 - Sprinkler systems
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343230 - Sprinkler systems installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment
  • 71317100 - Fire and explosion protection and control consultancy services
  • 75251110 - Fire-prevention services

Same for all lots

Contract locations are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

220

Maximum percentage fee charged to suppliers

3%

Further information about fees

3%

Framework operation description

Framework operation described in Tender documents.

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 1.1. Sub-Lot 1.1 Fire Detection

Please see Tender documents

Lot SUB-LOT 1.2. SUB-LOT 1.2: SMOKE CONTROL SYSTEMS

Lot SUB-LOT 1.3. SUB-LOT 1.3: SPRINKLER SYSTEM

Lot SUB-LOT 1.4. SUB-LOT 1.4: MISTING SYSTEM

Lot SUB-LOT 1.5. SUB-LOT 1.5: FIRE EXTINGUISHERS

Lot SUB-LOT 1.6. SUB-LOT 1.6: EMERGENCY LIGHTING (SUPPLY AND INSTALLATION)

Lot SUB-LOT 1.7. SUB-LOT 1.7 FIRE ALARM MONITORING

Lot SUB-LOT 1.8. SUB-LOT 1.8: FIRE ESCAPE PRODUCTS

Lot SUB-LOT 1.9. SUB-LOT 1.9: DEFIBRILLATOR

Lot Sub-Lot 2.1. Sub-Lot 2.1: Fire Risk Assessments

Lot SUB-LOT 2.2. SUB-LOT 2.2: FIRE RISK INSPECTIONS

Lot SUB-LOT 2.3. SUB-LOT 2.3: FIRE ENGINEERING

Lot SUB-LOT 3.1. SUB-LOT 3.1: FIRE SERVICING AND MAINTENANCE

Lot SUB-LOT 3.2. SUB-LOT 3.2: FIRE SAFETY, MINOR AND REMEDIAL WORKS

Lot SUB-LOT 3.3. SUB-LOT 3.3: EMERGENCY LIGHTING

Lot SUB-LOT 3.4. SUB-LOT 3.4: FIRE DAMPER AND FIRE COLLAR MAINTENANCE

Lot SUB-LOT 3.5. SUB-LOT 3.5: FIRE EXTINGUISHER MAINTENANCE

Lot SUB-LOT 3.6. SUB-LOT 3.6 MAINTENANCE OF DEFIBRILLATORS

Lot SUB-LOT 3.7. SUB-LOT 3.7: FIRE ESCAPE PRODUCTS

Lot SUB-LOT 3.8. SUB-LOT 3.8: SPRINKLER SYSTEMS SERVICE AND MAINTENANCE

Lot SUB-LOT 3.9. SUB-LOT 3.9: MISTING SYSTEMS SERVICE AND MAINTENANCE

Lot LOT 4. LOT 4: FULLY MANAGED SERVICE

As per the Tender documents

Technical ability conditions of participation

Lot 1.1. Sub-Lot 1.1 Fire Detection

Please see Tender documents

Lot SUB-LOT 1.2. SUB-LOT 1.2: SMOKE CONTROL SYSTEMS

Lot SUB-LOT 1.3. SUB-LOT 1.3: SPRINKLER SYSTEM

Lot SUB-LOT 1.4. SUB-LOT 1.4: MISTING SYSTEM

Lot SUB-LOT 1.5. SUB-LOT 1.5: FIRE EXTINGUISHERS

Lot SUB-LOT 1.6. SUB-LOT 1.6: EMERGENCY LIGHTING (SUPPLY AND INSTALLATION)

Lot SUB-LOT 1.7. SUB-LOT 1.7 FIRE ALARM MONITORING

Lot SUB-LOT 1.8. SUB-LOT 1.8: FIRE ESCAPE PRODUCTS

Lot SUB-LOT 1.9. SUB-LOT 1.9: DEFIBRILLATOR

Lot Sub-Lot 2.1. Sub-Lot 2.1: Fire Risk Assessments

Lot SUB-LOT 2.2. SUB-LOT 2.2: FIRE RISK INSPECTIONS

Lot SUB-LOT 2.3. SUB-LOT 2.3: FIRE ENGINEERING

Lot SUB-LOT 3.1. SUB-LOT 3.1: FIRE SERVICING AND MAINTENANCE

Lot SUB-LOT 3.2. SUB-LOT 3.2: FIRE SAFETY, MINOR AND REMEDIAL WORKS

Lot SUB-LOT 3.3. SUB-LOT 3.3: EMERGENCY LIGHTING

Lot SUB-LOT 3.4. SUB-LOT 3.4: FIRE DAMPER AND FIRE COLLAR MAINTENANCE

Lot SUB-LOT 3.5. SUB-LOT 3.5: FIRE EXTINGUISHER MAINTENANCE

Lot SUB-LOT 3.6. SUB-LOT 3.6 MAINTENANCE OF DEFIBRILLATORS

Lot SUB-LOT 3.7. SUB-LOT 3.7: FIRE ESCAPE PRODUCTS

Lot SUB-LOT 3.8. SUB-LOT 3.8: SPRINKLER SYSTEMS SERVICE AND MAINTENANCE

Lot SUB-LOT 3.9. SUB-LOT 3.9: MISTING SYSTEMS SERVICE AND MAINTENANCE

Lot LOT 4. LOT 4: FULLY MANAGED SERVICE

As per the Tender documents

Particular suitability

Lot 1.1. Sub-Lot 1.1 Fire Detection

Lot SUB-LOT 1.2. SUB-LOT 1.2: SMOKE CONTROL SYSTEMS

Lot SUB-LOT 1.3. SUB-LOT 1.3: SPRINKLER SYSTEM

Lot SUB-LOT 1.4. SUB-LOT 1.4: MISTING SYSTEM

Lot SUB-LOT 1.5. SUB-LOT 1.5: FIRE EXTINGUISHERS

Lot SUB-LOT 1.6. SUB-LOT 1.6: EMERGENCY LIGHTING (SUPPLY AND INSTALLATION)

Lot SUB-LOT 1.7. SUB-LOT 1.7 FIRE ALARM MONITORING

Lot SUB-LOT 1.8. SUB-LOT 1.8: FIRE ESCAPE PRODUCTS

Lot SUB-LOT 1.9. SUB-LOT 1.9: DEFIBRILLATOR

Lot Sub-Lot 2.1. Sub-Lot 2.1: Fire Risk Assessments

Lot SUB-LOT 2.2. SUB-LOT 2.2: FIRE RISK INSPECTIONS

Lot SUB-LOT 2.3. SUB-LOT 2.3: FIRE ENGINEERING

Lot SUB-LOT 3.1. SUB-LOT 3.1: FIRE SERVICING AND MAINTENANCE

Lot SUB-LOT 3.2. SUB-LOT 3.2: FIRE SAFETY, MINOR AND REMEDIAL WORKS

Lot SUB-LOT 3.3. SUB-LOT 3.3: EMERGENCY LIGHTING

Lot SUB-LOT 3.4. SUB-LOT 3.4: FIRE DAMPER AND FIRE COLLAR MAINTENANCE

Lot SUB-LOT 3.5. SUB-LOT 3.5: FIRE EXTINGUISHER MAINTENANCE

Lot SUB-LOT 3.6. SUB-LOT 3.6 MAINTENANCE OF DEFIBRILLATORS

Lot SUB-LOT 3.7. SUB-LOT 3.7: FIRE ESCAPE PRODUCTS

Lot SUB-LOT 3.8. SUB-LOT 3.8: SPRINKLER SYSTEMS SERVICE AND MAINTENANCE

Lot SUB-LOT 3.9. SUB-LOT 3.9: MISTING SYSTEMS SERVICE AND MAINTENANCE

Lot LOT 4. LOT 4: FULLY MANAGED SERVICE

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

9 September 2025, 5:00pm

Tender submission deadline

15 September 2025, 5:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

19 November 2025


Award criteria

Lot 1.1. Sub-Lot 1.1 Fire Detection

This table contains award criteria for this lot
Name Type Weighting
Quality Questions as per the tender documents Quality 60%
Price Criteria as per the tender documents Price 40%

Lot SUB-LOT 1.2. SUB-LOT 1.2: SMOKE CONTROL SYSTEMS

This table contains award criteria for this lot
Name Type Weighting
Quality Questions as detailed in Tender Documents Quality 60%
Price Criteria as detailed in Tender Documents Price 40%

Lot SUB-LOT 1.3. SUB-LOT 1.3: SPRINKLER SYSTEM

Lot SUB-LOT 1.4. SUB-LOT 1.4: MISTING SYSTEM

Lot SUB-LOT 1.5. SUB-LOT 1.5: FIRE EXTINGUISHERS

Lot SUB-LOT 1.6. SUB-LOT 1.6: EMERGENCY LIGHTING (SUPPLY AND INSTALLATION)

Lot SUB-LOT 1.7. SUB-LOT 1.7 FIRE ALARM MONITORING

Lot SUB-LOT 1.8. SUB-LOT 1.8: FIRE ESCAPE PRODUCTS

Lot SUB-LOT 1.9. SUB-LOT 1.9: DEFIBRILLATOR

Lot Sub-Lot 2.1. Sub-Lot 2.1: Fire Risk Assessments

Lot SUB-LOT 2.2. SUB-LOT 2.2: FIRE RISK INSPECTIONS

Lot SUB-LOT 2.3. SUB-LOT 2.3: FIRE ENGINEERING

Lot SUB-LOT 3.1. SUB-LOT 3.1: FIRE SERVICING AND MAINTENANCE

Lot SUB-LOT 3.2. SUB-LOT 3.2: FIRE SAFETY, MINOR AND REMEDIAL WORKS

Lot SUB-LOT 3.3. SUB-LOT 3.3: EMERGENCY LIGHTING

Lot SUB-LOT 3.4. SUB-LOT 3.4: FIRE DAMPER AND FIRE COLLAR MAINTENANCE

Lot SUB-LOT 3.5. SUB-LOT 3.5: FIRE EXTINGUISHER MAINTENANCE

Lot SUB-LOT 3.6. SUB-LOT 3.6 MAINTENANCE OF DEFIBRILLATORS

Lot SUB-LOT 3.7. SUB-LOT 3.7: FIRE ESCAPE PRODUCTS

Lot SUB-LOT 3.8. SUB-LOT 3.8: SPRINKLER SYSTEMS SERVICE AND MAINTENANCE

Lot SUB-LOT 3.9. SUB-LOT 3.9: MISTING SYSTEMS SERVICE AND MAINTENANCE

Lot LOT 4. LOT 4: FULLY MANAGED SERVICE

This table contains award criteria for this lot
Name Type Weighting
Quality Questions as detailed in Tender Documents Quality 60%
Price Criteria as detailed in Tender Documents Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Northern Housing Consortium Ltd

  • Public Procurement Organisation Number: PJXZ-4423-NDBT

Hope Street Xchange, 1-3 Hind Street, Sunderland

Sunderland

SR1 3QD

United Kingdom

Contact name: Tracey Simms

Telephone: 01917168763

Email: Tracey.Simms@nhcprocurement.org.uk

Region: UKC23 - Sunderland

Organisation type: Public authority - sub-central government