Scope
Reference
001183
Description
YPO and ESPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Fire Safety Equipment and Associated Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO/ESPO internal requirements.
YPO is the lead Public Sector Buying Organisation (PSBO) for this Framework Agreement in collaboration with ESPO as a group of Public Sector Buying Organisations
To provide Public Sector customers with the provision of Fire Safety Equipment and Associated Services.
Lot 1 Fire Safety Equipment - Catalogue only
Lot 2 Fire Safety Equipment - Supply only
Lot 3 Service of Fire Safety Equipment (this will cover Basic, Semi and fully inclusive)
Lot 4 Fire Risk Assessments
Lot 5 Fire Detection, Alarm Systems and Alarm Monitoring
Lot 6 Sprinkler Systems
Lot 7 Supply, Service & Maintenance of Halon Gas Extinguishers (For MoD use only)
The above Lot structure may be subject to change, depending on final tender requirements.
Procurement will be contractual.
Procurement type will be a mix and approx. 75% services and 25% supplies.
Both standard competition (Direct Award) and competed competition (Further Competition) will be available under this Framework Agreement.
Commercial tool
Establishes a framework
Total value (estimated)
- £6,000,000 excluding VAT
- £7,200,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 31 January 2026 to 30 January 2030
- 4 years
Main procurement category
Services
CPV classifications
- 35110000 - Firefighting, rescue and safety equipment
- 39525400 - Fire blankets
- 51700000 - Installation services of fire protection equipment
Contract locations
- UK - United Kingdom
Engagement
Engagement deadline
31 August 2025
The engagement was carried out before this notice was published.
Engagement process description
The PME notice indicates that the request for information has been to undertake pre-market engagement only and was sought without prejudice and without commitment. Any information provided will not be used to determine the outcome of the tender process.
Have contacted suppliers, both from the previous Framework Agreement and any who have expressed an interest in the upcoming tender, both SMEs and National providers, a questionnaire about their organisation and framework information using their experience in the current market and/or their knowledge from the previous tender.
If you would like to have sight of the questionnaire, please contact YPO or the Facilities & Waste Management Services team on facilitiesmanagement@ypo.co.uk
Out of the suppliers contacted, I have had varying answers - this is being reviewed to establish the Lot structure and other aspects of the ITT i.e., award criteria, social value outcomes, objective mechanism etc.
Additional to the questionnaire, some suppliers were emailed with the below questions, and their responses have been documented and saved for record, however, as more suppliers contacted me with their interest, a formal questionnaire was issued (attached above) to all new suppliers and the ones who received the below questions also.
"Looking at the attached previous Tender documents -
• Are the attached documents still relevant - could anything be changed/updated so YPO include everything or are some things now not relevant?
• Are there any new regulations YPO need to be aware of i.e., changes to FFF extinguishers etc.
• What legislation(s) do you all need to adhere to as a FSE provider i.e., UKAS accredited, BAFE sp205, FRACS and NAFRAR?
• What is the tiering system for NAFRAR?
• Is the Lot structure currently applicable or are we missing something, such as a specific or particular part of Fire Safety i.e., evacuation signage etc., can this be included within Lot -12-Emergency Lighting perhaps?
• What is your knowledge of Halon gas and are you a supplier who can provide this to the MoD?
• My knowledge is limited on this aspect - where would 'dampers' sit within the Lot structure - are they already included somewhere, or do they need to be included and if so, which Lot would be suitable, or does it require its own Lot?
• Lot 7-Fire Detection & Alarm Systems - could this be linked to security systems or are they 2 separate systems/services, or what about within Lot 8-Fire Monitoring Systems?
• Are vape alarms linked into a sprinkler system, and would this then become a managed service to maintain them or are they usually battery operated and therefore become supply only. Would vape alarms be a requirement under the FSE FW?"
1 virtual meeting was carried out following the issue of the questionnaire meeting notes have been documented and saved for record.
Prior to all the official 'pre-market engagement' - 1 telephone conversation was held as a random call, that prompted the above questions initially.
There may potentially be additional questions asked regarding clarity around some responses if required, although I doubt these conversations will amount to anything being included in the tender documents, it will more likely be for the buyer knowledge only. Anything that is discussed further, will be documented and saved for record.
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
30 November 2025
Contracting authorities
Yorkshire Purchasing Organisation
- Public Procurement Organisation Number: PMRV-4748-MNJV
41 Industrial Park
Wakefield
WF2 0XE
United Kingdom
Email: contracts@ypo.co.uk
Website: https://www.ypo.co.uk/
Region: UKE45 - Wakefield
Organisation type: Public authority - sub-central government
Leicestershire County Council, trading as ESPO
- Public Procurement Organisation Number: PYDD-1122-TCVN
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
United Kingdom
Email: tenders@espo.org
Website: https://www.espo.org/
Region: UKF22 - Leicestershire CC and Rutland
Organisation type: Public authority - sub-central government