- 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
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
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
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
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
Region: UKC23 - Sunderland
Organisation type: Public authority - sub-central government