Tender

Fire Safety Equipment, Fire Alarms, Suppression Systems and Associated Services

NORTH EASTERN UNIVERSITIES PURCHASING CONSORTIUM LIMITED

This public procurement record has 1 release in its history.

Tender

21 Nov 2023 at 12:05

Summary of the contracting process

The North Eastern Universities Purchasing Consortium Limited has initiated a tender for the procurement of Fire Safety Equipment, Fire Alarms, Suppression Systems and Associated Services. This tender falls under the goods category with a total value of 12,000,000 GBP. The framework aims to provide a range of firefighting and related services to the higher education, further education, and wider education sector. The tender period ends on 21st December 2023, with a potential maximum contract length of 48 months.

This tender presents an opportunity for businesses specialising in fire safety equipment and related services to engage with the North Eastern Universities Purchasing Consortium. Companies offering products and services in the areas of firefighting equipment, fire detection, alarms, suppression systems, risk assessments, and fire safety training are well-suited to compete. The procurement process is currently in the active stage, offering a chance for SMEs and other economic operators to participate based on the set criteria, enhancing their business growth prospects.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Fire Safety Equipment, Fire Alarms, Suppression Systems and Associated Services

Notice Description

Fire Safety framework to bring to the market a collaborative and inclusive framework offering to the HE, FE, and wider education sector. This framework is open to all members whether or not they are classed as contracting authorities under PCR. The retendered framework will cover a range of firefighting & related services and security equipment including fire extinguishers, detectors, first aid equipment, including Firefighting equipment, extinguishers, blankets, hose reels, buckets (Supply / Ongoing Maintenance/testing) Passive fire protection storage solutions First aid equipment Escape equipment Accessories and signage Fire risk assessments and Fire safety training Fire equipment maintenance / repair and testing Fire Alarm installation and maintenance Fire/Smoke detection systems installation and maintenance Sprinkler and suppression systems including consultancy and design Fire door installation and inspection Wet and dry risers Smoke ventilation

Lot Information

Fire Safety Equipment and Maintenance

This Lot for the provision of firefighting equipment and maintenance with the scope covering a range of products including, but not limited to, fire equipment, storage & protection, first aid equipment, passive fire equipment, door furniture, escape equipment and signage across the UK. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s) Additional information: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/2XA685W5D6 NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.

Renewal: Option to extend for a further 24 months. The maximum contract length is 48 months

Fire Safety Inspections, Fire Risk Assessment, Consultancy and Fire Safety Training

This Lot for the provision of Fire Safety Inspections, Fire Risk Assessment, Consultancy and Fire Safety Training with the scope covering a range of services including, but not limited to, risk assessment services of premises and/or equipment and advise if correct precautions are in place and provide findings and action required to manage or remove risks Fire risk assessments should be provided by individuals whom have demonstrable experience and certifiable formal qualifications. Fire safety training is specific training designed to provide the underpinning knowledge for learners to operate safely in the workplace with regards to fire safety. It is aimed at staff who have been appointed to the role of Fire Marshal/Warden. Fire safety consultancy, Fire Safety Consultants should provide, as a minimum, proactive risk management and fire safety strategy advise, guidance to improve fire safety policies and procedures. Identify hazards and measure existing control measures. Fire systems and fire strategy design. This provision shall be provided by the supplier/provider in accordance to the latest Regulatory Reform (Fire Safety) Order 2005 This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.

Renewal: Option to extend for a further 24 months. The maximum contract length is 48 months

Fire Detection, Alarms and Suppression Systems.

This Lot for the provision of products and associated install services with ongoing monitoring that are classed as fire detection, fire alarms and fire suppression systems. The provision of goods and services within this Lot 3 are to comply in accordance with the latest version and any other equivalent, recognised and relevant British standard BS5839 The following goods and associated services are included within the scope of this Lot 3, but not limited to: Fire Alarm Systems, Conventional, Addressable and Analogue Addressable (Hard wired / Wireless systems), Detector Devices (Ionisation, Optical, Heat, Flame, Carbon, Multi) , Fire Suppression Systems (Sprinkler, Water mist, Dry & Wet Risers),Fire Dampers, Refuge and Rescue Systems, Manual call points, Warning System/Bell Relays, Door Holder Relays, Auxiliary (Control Function) Relays, Loop Sounders, Automatic Opening Vent (service and testing),Emergency Escape Lighting* Emergency lighting is lighting for an emergency situation when the main power supply is cut and normal electrical illumination fails. The loss of mains electricity could be the result of a fire or a non-fire related power cut. The framework scope is for Emergency Escape lighting, part of an emergency lighting system that provides illumination for the safety of people leaving a location or attempting to terminate a potentially dangerous process beforehand. It is part of the fire safety provision of a building and a requirement of The Regulatory Reform (Fire Safety) Order 2005. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.

Renewal: Option to extend for a further 24 months. The maximum contract length is 48 months

Fire Equipment, Fire Safety and Associated Maintenance Complete Solution *Excluding Fire Assessments, Inspections and Training

This Lot for the provision of products and services that are covered by the scope of Lots 1 and 3 of this framework- Fire safety equipment and Fire Detection, Alarms and Suppression systems as a complete service and goods provision. Note- this Lot will not include the scope of Lot 2 of this framework. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.

Renewal: Option to extend for a further 24 months. The maximum contract length is 48 months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-041b94
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034386-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

24 - Chemical products

31 - Electrical machinery, apparatus, equipment and consumables; lighting

35 - Security, fire-fighting, police and defence equipment

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)

75 - Administration, defence and social security services

80 - Education and training services


CPV Codes

24951210 - Fire-extinguisher powder

24951220 - Fire-extinguisher agents

24951230 - Fire-extinguisher charges

31625000 - Burglar and fire alarms

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

35000000 - Security, fire-fighting, police and defence equipment

35110000 - Firefighting, rescue and safety equipment

35111000 - Firefighting equipment

35111200 - Firefighting materials

35111300 - Fire extinguishers

35111320 - Portable fire-extinguishers

35111400 - Fire escape equipment

35111500 - Fire suppression system

35111510 - Fire suppression hand tools

35111520 - Fire suppression foam or similar compounds

35113000 - Safety equipment

39525400 - Fire blankets

44221220 - Fire doors

44480000 - Miscellaneous fire-protection equipment

44481100 - Fire ladders

44482000 - Fire-protection devices

44482100 - Fire hoses

45312100 - Fire-alarm system installation work

45343000 - Fire-prevention installation works

45343200 - Firefighting equipment installation work

45343210 - CO2 fire-extinguishing equipment installation work

45343220 - Fire-extinguishers installation work

50413200 - Repair and maintenance services of firefighting equipment

51700000 - Installation services of fire protection equipment

75251100 - Firefighting services

75251110 - Fire-prevention services

80000000 - Education and training services

80500000 - Training services

80510000 - Specialist training services

80511000 - Staff training services

80521000 - Training programme services

80531200 - Technical training services

80550000 - Safety training services

80560000 - Health and first-aid training services

80562000 - First-aid training services

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
£12,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Nov 20232 years ago
Submission Deadline
21 Dec 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTH EASTERN UNIVERSITIES PURCHASING CONSORTIUM LIMITED
Additional Buyers

CRESCENT PURCHASING CONSORTIUM (CPC)

EUROPEAN UNION

HIGHER EDUCATION PURCHASING CONSORTIUM, WALES (HEPCW)

LONDON UNIVERSITIES PURCHASING CONSORTIUM

NORTH WESTERN UNIVERSITIES PURCHASING CONSORTIUM

SOUTHERN UNIVERSITIES PURCHASING CONSORTIUM

Contact Name
Laura Hills, Michelle Newcombe, Steven Hogg
Contact Email
enquiries@lupc.ac.uk, h.allaway@wales.ac.uk, laura.hills@nwupc.ac.uk, m.newcombe@thecpc.ac.uk, s.hogg@neupc.ac.uk, supc@reading.ac.uk
Contact Phone
+44 7795998392

Buyer Location

Locality
LEEDS
Postcode
LS1 5QX
Post Town
Leeds
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL52 Cardiff and Vale of Glamorgan
Delivery Location
Not specified

Local Authority
Cardiff
Electoral Ward
Adamsdown
Westminster Constituency
Cardiff East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-041b94-2023-11-21T12:05:19Z",
    "date": "2023-11-21T12:05:19Z",
    "ocid": "ocds-h6vhtk-041b94",
    "description": "The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. For more information about this opportunity, please visit the Delta eSourcing portal at: <a href=\"https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./2XA685W5D6\" target=\"_blank\">https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./2XA685W5D6</a> To respond to this opportunity, please click here: <a href=\"https://neupc.delta-esourcing.com/respond/2XA685W5D6\" target=\"_blank\">https://neupc.delta-esourcing.com/respond/2XA685W5D6</a> GO Reference: GO-20231121-PRO-24530937",
    "initiationType": "tender",
    "tender": {
        "id": "EFM2054 NE",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Fire Safety Equipment, Fire Alarms, Suppression Systems and Associated Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "35111000",
            "description": "Firefighting equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "Fire Safety framework to bring to the market a collaborative and inclusive framework offering to the HE, FE, and wider education sector. This framework is open to all members whether or not they are classed as contracting authorities under PCR. The retendered framework will cover a range of firefighting & related services and security equipment including fire extinguishers, detectors, first aid equipment, including Firefighting equipment, extinguishers, blankets, hose reels, buckets (Supply / Ongoing Maintenance/testing) Passive fire protection storage solutions First aid equipment Escape equipment Accessories and signage Fire risk assessments and Fire safety training Fire equipment maintenance / repair and testing Fire Alarm installation and maintenance Fire/Smoke detection systems installation and maintenance Sprinkler and suppression systems including consultancy and design Fire door installation and inspection Wet and dry risers Smoke ventilation",
        "value": {
            "amount": 12000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Fire Safety Equipment and Maintenance",
                "description": "This Lot for the provision of firefighting equipment and maintenance with the scope covering a range of products including, but not limited to, fire equipment, storage & protection, first aid equipment, passive fire equipment, door furniture, escape equipment and signage across the UK. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s) Additional information: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/2XA685W5D6 NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 24 months. The maximum contract length is 48 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Fire Safety Inspections, Fire Risk Assessment, Consultancy and Fire Safety Training",
                "description": "This Lot for the provision of Fire Safety Inspections, Fire Risk Assessment, Consultancy and Fire Safety Training with the scope covering a range of services including, but not limited to, risk assessment services of premises and/or equipment and advise if correct precautions are in place and provide findings and action required to manage or remove risks Fire risk assessments should be provided by individuals whom have demonstrable experience and certifiable formal qualifications. Fire safety training is specific training designed to provide the underpinning knowledge for learners to operate safely in the workplace with regards to fire safety. It is aimed at staff who have been appointed to the role of Fire Marshal/Warden. Fire safety consultancy, Fire Safety Consultants should provide, as a minimum, proactive risk management and fire safety strategy advise, guidance to improve fire safety policies and procedures. Identify hazards and measure existing control measures. Fire systems and fire strategy design. This provision shall be provided by the supplier/provider in accordance to the latest Regulatory Reform (Fire Safety) Order 2005 This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.",
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 24 months. The maximum contract length is 48 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Fire Detection, Alarms and Suppression Systems.",
                "description": "This Lot for the provision of products and associated install services with ongoing monitoring that are classed as fire detection, fire alarms and fire suppression systems. The provision of goods and services within this Lot 3 are to comply in accordance with the latest version and any other equivalent, recognised and relevant British standard BS5839 The following goods and associated services are included within the scope of this Lot 3, but not limited to: Fire Alarm Systems, Conventional, Addressable and Analogue Addressable (Hard wired / Wireless systems), Detector Devices (Ionisation, Optical, Heat, Flame, Carbon, Multi) , Fire Suppression Systems (Sprinkler, Water mist, Dry & Wet Risers),Fire Dampers, Refuge and Rescue Systems, Manual call points, Warning System/Bell Relays, Door Holder Relays, Auxiliary (Control Function) Relays, Loop Sounders, Automatic Opening Vent (service and testing),Emergency Escape Lighting* Emergency lighting is lighting for an emergency situation when the main power supply is cut and normal electrical illumination fails. The loss of mains electricity could be the result of a fire or a non-fire related power cut. The framework scope is for Emergency Escape lighting, part of an emergency lighting system that provides illumination for the safety of people leaving a location or attempting to terminate a potentially dangerous process beforehand. It is part of the fire safety provision of a building and a requirement of The Regulatory Reform (Fire Safety) Order 2005. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 24 months. The maximum contract length is 48 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Fire Equipment, Fire Safety and Associated Maintenance Complete Solution *Excluding Fire Assessments, Inspections and Training",
                "description": "This Lot for the provision of products and services that are covered by the scope of Lots 1 and 3 of this framework- Fire safety equipment and Fire Detection, Alarms and Suppression systems as a complete service and goods provision. Note- this Lot will not include the scope of Lot 2 of this framework. This agreement will be open to members and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants. Suppliers will be able to bid to service any of the following 9 Regions under this Lot: Scotland, North East & Yorkshire, North West, Midlands, South East, South West, London, Wales and Northern Ireland. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers. It is intended that the Framework Agreement will be awarded to 6 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s) Additional information: NEUPC reserves the right to not proceed to Contract, or to cancel the Tender and will incur no Liability in doing so.",
                "value": {
                    "amount": 4500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further 24 months. The maximum contract length is 48 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35110000",
                        "description": "Firefighting, rescue and safety equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "24951210",
                        "description": "Fire-extinguisher powder"
                    },
                    {
                        "scheme": "CPV",
                        "id": "24951220",
                        "description": "Fire-extinguisher agents"
                    },
                    {
                        "scheme": "CPV",
                        "id": "24951230",
                        "description": "Fire-extinguisher charges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111200",
                        "description": "Firefighting materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111000",
                        "description": "Firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111320",
                        "description": "Portable fire-extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111400",
                        "description": "Fire escape equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44221220",
                        "description": "Fire doors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44482100",
                        "description": "Fire hoses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343210",
                        "description": "CO2 fire-extinguishing equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343220",
                        "description": "Fire-extinguishers installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50413200",
                        "description": "Repair and maintenance services of firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44482000",
                        "description": "Fire-protection devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35113000",
                        "description": "Safety equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UNITED KINGDOM"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75251100",
                        "description": "Firefighting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75251110",
                        "description": "Fire-prevention services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80510000",
                        "description": "Specialist training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80550000",
                        "description": "Safety training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80560000",
                        "description": "Health and first-aid training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80562000",
                        "description": "First-aid training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UNITED KINGDOM"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31625000",
                        "description": "Burglar and fire alarms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111500",
                        "description": "Fire suppression system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111510",
                        "description": "Fire suppression hand tools"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111520",
                        "description": "Fire suppression foam or similar compounds"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44482000",
                        "description": "Fire-protection devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343200",
                        "description": "Firefighting equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UNITED KINGDOM"
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "24951210",
                        "description": "Fire-extinguisher powder"
                    },
                    {
                        "scheme": "CPV",
                        "id": "24951220",
                        "description": "Fire-extinguisher agents"
                    },
                    {
                        "scheme": "CPV",
                        "id": "24951230",
                        "description": "Fire-extinguisher charges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625000",
                        "description": "Burglar and fire alarms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35000000",
                        "description": "Security, fire-fighting, police and defence equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35110000",
                        "description": "Firefighting, rescue and safety equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111000",
                        "description": "Firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111200",
                        "description": "Firefighting materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111320",
                        "description": "Portable fire-extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111400",
                        "description": "Fire escape equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111500",
                        "description": "Fire suppression system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111510",
                        "description": "Fire suppression hand tools"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111520",
                        "description": "Fire suppression foam or similar compounds"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44221220",
                        "description": "Fire doors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44481100",
                        "description": "Fire ladders"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44482000",
                        "description": "Fire-protection devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44482100",
                        "description": "Fire hoses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343200",
                        "description": "Firefighting equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343210",
                        "description": "CO2 fire-extinguishing equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343220",
                        "description": "Fire-extinguishers installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50413200",
                        "description": "Repair and maintenance services of firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75251100",
                        "description": "Firefighting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75251110",
                        "description": "Fire-prevention services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UNITED KINGDOM"
                },
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.delta-esourcing.com/tenders/UK-title/2XA685W5D6",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Minimum standards and required accreditations are listed in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-12-21T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "awardPeriod": {
            "startDate": "2023-12-21T15:01:00Z"
        },
        "bidOpening": {
            "date": "2023-12-21T15:01:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-92875",
            "name": "North Eastern Universities Purchasing Consortium Limited",
            "identifier": {
                "legalName": "North Eastern Universities Purchasing Consortium Limited"
            },
            "address": {
                "streetAddress": "Phoenix House, 3 South Parade",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS1 5QX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Steven Hogg",
                "telephone": "+44 7795998392",
                "email": "s.hogg@neupc.ac.uk",
                "url": "https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./2XA685W5D6"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://neupc.delta-esourcing.com/",
                "buyerProfile": "http://www.neupc.ac.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-88993",
            "name": "Crescent Purchasing Consortium (CPC)",
            "identifier": {
                "legalName": "Crescent Purchasing Consortium (CPC)"
            },
            "address": {
                "streetAddress": "Procurement House, Unit 23, Leslie Hough Way",
                "locality": "Salford",
                "region": "UK",
                "postalCode": "M6 6AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Michelle Newcombe",
                "email": "M.Newcombe@thecpc.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thecpc.ac.uk/"
            }
        },
        {
            "id": "GB-FTS-98911",
            "name": "North Western Universities Purchasing Consortium",
            "identifier": {
                "legalName": "North Western Universities Purchasing Consortium"
            },
            "address": {
                "streetAddress": "Room 404 4th Floor, Crescent House, University of Salford",
                "locality": "Salford",
                "region": "UK",
                "postalCode": "M5 4WT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Laura Hills",
                "email": "Laura.Hills@nwupc.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nwupc.ac.uk"
            }
        },
        {
            "id": "GB-FTS-98912",
            "name": "London Universities Purchasing Consortium",
            "identifier": {
                "legalName": "London Universities Purchasing Consortium"
            },
            "address": {
                "streetAddress": "Shropshire House, 179 Tottenham Ct Rd,",
                "locality": "London",
                "region": "UK",
                "postalCode": "W1T 7NZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "enquiries@lupc.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.lupc.ac.uk/"
            }
        },
        {
            "id": "GB-FTS-98913",
            "name": "Southern Universities Purchasing Consortium",
            "identifier": {
                "legalName": "Southern Universities Purchasing Consortium"
            },
            "address": {
                "streetAddress": "SUPC, Reading Enterprise Centre, The University of Reading,",
                "locality": "Reading",
                "region": "UK",
                "postalCode": "RG6 6BU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "supc@reading.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.supc.ac.uk/"
            }
        },
        {
            "id": "GB-FTS-98914",
            "name": "Higher Education Purchasing Consortium, Wales (HEPCW)",
            "identifier": {
                "legalName": "Higher Education Purchasing Consortium, Wales (HEPCW)"
            },
            "address": {
                "streetAddress": "8th Floor, 30-36 Newport Road",
                "locality": "Cardiff/Caerdydd",
                "region": "UK",
                "postalCode": "CF24 0DE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "h.allaway@wales.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.hepcw.ac.uk/"
            }
        },
        {
            "id": "GB-FTS-172",
            "name": "European Union",
            "roles": [
                "funder"
            ]
        },
        {
            "id": "GB-FTS-98915",
            "name": "NEUPC Ltd.",
            "identifier": {
                "legalName": "NEUPC Ltd."
            },
            "address": {
                "streetAddress": "Phoenix House, 3 South Parade",
                "locality": "Leeds",
                "postalCode": "LS1 5QX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7795998392",
                "email": "s.hogg@neupc.ac.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-92875",
        "name": "North Eastern Universities Purchasing Consortium Limited"
    },
    "planning": {
        "budget": {
            "finance": [
                {
                    "id": "1",
                    "description": "Future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies",
                    "financingParty": {
                        "name": "European Union",
                        "id": "GB-FTS-172"
                    },
                    "relatedLots": [
                        "1",
                        "2",
                        "3",
                        "4"
                    ]
                }
            ]
        }
    },
    "language": "en"
}