Notice Information
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 TrainingThis 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 TrainingThis 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
Notice Details
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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH EASTERN UNIVERSITIES PURCHASING CONSORTIUM LIMITED
- Additional Buyers
CRESCENT PURCHASING CONSORTIUM (CPC)
HIGHER EDUCATION PURCHASING CONSORTIUM, WALES (HEPCW)
LONDON 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
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}