Planning

Fire Safety Equipment and Associated Services

YORKSHIRE PURCHASING ORGANISATION

This public procurement record has 1 release in its history.

Planning

16 Sep 2025 at 09:50

Summary of the contracting process

The Yorkshire Purchasing Organisation (YPO) in collaboration with Leicestershire County Council, trading as the Eastern Shires Purchasing Organisation (ESPO), is currently in the planning stage of a public procurement process. The tender is titled "Fire Safety Equipment and Associated Services" and is part of a framework agreement aimed at meeting the needs of all public sector organisations. The key industry category is services associated with firefighting, rescue, and fire safety, with a particular focus on fire safety equipment and associated services. The procurement is located in the United Kingdom, with specific operations based around Wakefield and Leicester. A future notice for further involvement is expected by 30th November 2025, with a framework contract period envisaged from 31st January 2026 to 30th January 2030.

This procurement presents a significant opportunity for businesses specialising in fire safety equipment and services, offering a total estimated value of £7.2 million. It is especially suited to SMEs and voluntary, community, and social enterprises (VCSEs), encouraging diverse participation within the public sector supply chain. Businesses involved in the supply, maintenance, and service of fire safety equipment, including those with niche offerings like Halon Gas Extinguishers for the Ministry of Defence, are well-positioned to benefit. With both direct awards and further competitions available under the framework, this tender offers a structured and potentially lucrative path for suppliers looking to expand their reach into government contracts.

How relevant is this notice?

Notice Information

Notice Title

Fire Safety Equipment and Associated Services

Notice Description

YPO and ESPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Fire Safety Equipment and Associated Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO/ESPO internal requirements. YPO is the lead Public Sector Buying Organisation (PSBO) for this Framework Agreement in collaboration with ESPO as a group of Public Sector Buying Organisations To provide Public Sector customers with the provision of Fire Safety Equipment and Associated Services. Lot 1 Fire Safety Equipment - Catalogue only Lot 2 Fire Safety Equipment - Supply only Lot 3 Service of Fire Safety Equipment (this will cover Basic, Semi and fully inclusive) Lot 4 Fire Risk Assessments Lot 5 Fire Detection, Alarm Systems and Alarm Monitoring Lot 6 Sprinkler Systems Lot 7 Supply, Service & Maintenance of Halon Gas Extinguishers (For MoD use only) The above Lot structure may be subject to change, depending on final tender requirements. Procurement will be contractual. Procurement type will be a mix and approx. 75% services and 25% supplies. Both standard competition (Direct Award) and competed competition (Further Competition) will be available under this Framework Agreement.

Planning Information

The PME notice indicates that the request for information has been to undertake pre-market engagement only and was sought without prejudice and without commitment. Any information provided will not be used to determine the outcome of the tender process. Have contacted suppliers, both from the previous Framework Agreement and any who have expressed an interest in the upcoming tender, both SMEs and National providers, a questionnaire about their organisation and framework information using their experience in the current market and/or their knowledge from the previous tender. If you would like to have sight of the questionnaire, please contact YPO or the Facilities & Waste Management Services team on facilitiesmanagement@ypo.co.uk Out of the suppliers contacted, I have had varying answers - this is being reviewed to establish the Lot structure and other aspects of the ITT i.e., award criteria, social value outcomes, objective mechanism etc. Additional to the questionnaire, some suppliers were emailed with the below questions, and their responses have been documented and saved for record, however, as more suppliers contacted me with their interest, a formal questionnaire was issued (attached above) to all new suppliers and the ones who received the below questions also. "Looking at the attached previous Tender documents - • Are the attached documents still relevant - could anything be changed/updated so YPO include everything or are some things now not relevant? • Are there any new regulations YPO need to be aware of i.e., changes to FFF extinguishers etc. • What legislation(s) do you all need to adhere to as a FSE provider i.e., UKAS accredited, BAFE sp205, FRACS and NAFRAR? • What is the tiering system for NAFRAR? • Is the Lot structure currently applicable or are we missing something, such as a specific or particular part of Fire Safety i.e., evacuation signage etc., can this be included within Lot -12-Emergency Lighting perhaps? • What is your knowledge of Halon gas and are you a supplier who can provide this to the MoD? • My knowledge is limited on this aspect - where would 'dampers' sit within the Lot structure - are they already included somewhere, or do they need to be included and if so, which Lot would be suitable, or does it require its own Lot? • Lot 7-Fire Detection & Alarm Systems - could this be linked to security systems or are they 2 separate systems/services, or what about within Lot 8-Fire Monitoring Systems? • Are vape alarms linked into a sprinkler system, and would this then become a managed service to maintain them or are they usually battery operated and therefore become supply only. Would vape alarms be a requirement under the FSE FW?" 1 virtual meeting was carried out following the issue of the questionnaire meeting notes have been documented and saved for record. Prior to all the official 'pre-market engagement' - 1 telephone conversation was held as a random call, that prompted the above questions initially. There may potentially be additional questions asked regarding clarity around some responses if required, although I doubt these conversations will amount to anything being included in the tender documents, it will more likely be for the buyer knowledge only. Anything that is discussed further, will be documented and saved for record.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059b0c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/056849-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

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

51 - Installation services (except software)


CPV Codes

35110000 - Firefighting, rescue and safety equipment

39525400 - Fire blankets

51700000 - Installation services of fire protection equipment

Notice Value(s)

Tender Value
£6,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Sep 20252 months ago
Submission Deadline
Not specified
Future Notice Date
30 Nov 2025Expired
Award Date
Not specified
Contract Period
31 Jan 2026 - 30 Jan 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE PURCHASING ORGANISATION
Additional Buyers

LEICESTERSHIRE COUNTY COUNCIL, TRADING AS ESPO

Contact Name
Not specified
Contact Email
contracts@ypo.co.uk, tenders@espo.org
Contact Phone
Not specified

Buyer Location

Locality
WAKEFIELD
Postcode
WF2 0XE
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF22 Leicestershire CC and Rutland
Delivery Location
Not specified

Local Authority
Blaby
Electoral Ward
Enderby
Westminster Constituency
South Leicestershire

Further Information

Notice Documents

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-059b0c-2025-09-16T10:50:06+01:00",
    "date": "2025-09-16T10:50:06+01:00",
    "ocid": "ocds-h6vhtk-059b0c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PMRV-4748-MNJV",
            "name": "Yorkshire Purchasing Organisation",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMRV-4748-MNJV"
            },
            "address": {
                "streetAddress": "41 Industrial Park",
                "locality": "Wakefield",
                "postalCode": "WF2 0XE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE45"
            },
            "contactPoint": {
                "email": "contracts@ypo.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.ypo.co.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PYDD-1122-TCVN",
            "name": "Leicestershire County Council, trading as ESPO",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYDD-1122-TCVN"
            },
            "address": {
                "streetAddress": "Barnsdale Way, Grove Park, Enderby",
                "locality": "Leicester",
                "postalCode": "LE19 1ES",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF22"
            },
            "contactPoint": {
                "email": "tenders@espo.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.espo.org/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PMRV-4748-MNJV",
        "name": "Yorkshire Purchasing Organisation"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The PME notice indicates that the request for information has been to undertake pre-market engagement only and was sought without prejudice and without commitment. Any information provided will not be used to determine the outcome of the tender process. Have contacted suppliers, both from the previous Framework Agreement and any who have expressed an interest in the upcoming tender, both SMEs and National providers, a questionnaire about their organisation and framework information using their experience in the current market and/or their knowledge from the previous tender. If you would like to have sight of the questionnaire, please contact YPO or the Facilities & Waste Management Services team on facilitiesmanagement@ypo.co.uk Out of the suppliers contacted, I have had varying answers - this is being reviewed to establish the Lot structure and other aspects of the ITT i.e., award criteria, social value outcomes, objective mechanism etc. Additional to the questionnaire, some suppliers were emailed with the below questions, and their responses have been documented and saved for record, however, as more suppliers contacted me with their interest, a formal questionnaire was issued (attached above) to all new suppliers and the ones who received the below questions also. \"Looking at the attached previous Tender documents - * Are the attached documents still relevant - could anything be changed/updated so YPO include everything or are some things now not relevant? * Are there any new regulations YPO need to be aware of i.e., changes to FFF extinguishers etc. * What legislation(s) do you all need to adhere to as a FSE provider i.e., UKAS accredited, BAFE sp205, FRACS and NAFRAR? * What is the tiering system for NAFRAR? * Is the Lot structure currently applicable or are we missing something, such as a specific or particular part of Fire Safety i.e., evacuation signage etc., can this be included within Lot -12-Emergency Lighting perhaps? * What is your knowledge of Halon gas and are you a supplier who can provide this to the MoD? * My knowledge is limited on this aspect - where would 'dampers' sit within the Lot structure - are they already included somewhere, or do they need to be included and if so, which Lot would be suitable, or does it require its own Lot? * Lot 7-Fire Detection & Alarm Systems - could this be linked to security systems or are they 2 separate systems/services, or what about within Lot 8-Fire Monitoring Systems? * Are vape alarms linked into a sprinkler system, and would this then become a managed service to maintain them or are they usually battery operated and therefore become supply only. Would vape alarms be a requirement under the FSE FW?\" 1 virtual meeting was carried out following the issue of the questionnaire meeting notes have been documented and saved for record. Prior to all the official 'pre-market engagement' - 1 telephone conversation was held as a random call, that prompted the above questions initially. There may potentially be additional questions asked regarding clarity around some responses if required, although I doubt these conversations will amount to anything being included in the tender documents, it will more likely be for the buyer knowledge only. Anything that is discussed further, will be documented and saved for record.",
                "dateMet": "2025-08-31T00:00:00+01:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "056849-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/056849-2025",
                "datePublished": "2025-09-16T10:50:06+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "001183",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Fire Safety Equipment and Associated Services",
        "description": "YPO and ESPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Fire Safety Equipment and Associated Services. The Framework is designed to meet the needs of all public sector organisations which includes YPO/ESPO internal requirements. YPO is the lead Public Sector Buying Organisation (PSBO) for this Framework Agreement in collaboration with ESPO as a group of Public Sector Buying Organisations To provide Public Sector customers with the provision of Fire Safety Equipment and Associated Services. Lot 1 Fire Safety Equipment - Catalogue only Lot 2 Fire Safety Equipment - Supply only Lot 3 Service of Fire Safety Equipment (this will cover Basic, Semi and fully inclusive) Lot 4 Fire Risk Assessments Lot 5 Fire Detection, Alarm Systems and Alarm Monitoring Lot 6 Sprinkler Systems Lot 7 Supply, Service & Maintenance of Halon Gas Extinguishers (For MoD use only) The above Lot structure may be subject to change, depending on final tender requirements. Procurement will be contractual. Procurement type will be a mix and approx. 75% services and 25% supplies. Both standard competition (Direct Award) and competed competition (Further Competition) will be available under this Framework Agreement.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35110000",
                        "description": "Firefighting, rescue and safety equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "39525400",
                        "description": "Fire blankets"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 7200000,
            "amount": 6000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-31T00:00:00Z",
                    "endDate": "2030-01-30T23:59:59Z"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-11-30T23:59:59Z"
        },
        "status": "planning"
    },
    "language": "en"
}