Tender

DOF FIRE CONSULTANT SERVICES FRAMEWORK 2026

CPD - CONSTRUCTION DIVISION

This public procurement record has 2 releases in its history.

TenderUpdate

02 Mar 2026 at 07:07

Tender

30 Jan 2026 at 11:48

Summary of the contracting process

The CPD Construction Division, situated in Belfast, United Kingdom, is currently updating its tender process for the DOF Fire Consultant Services Framework 2026. This procurement process falls under the services category within the fire consultancy industry and encompasses two key areas: Fire Risk Assessments and Fire Consultant Services. The procurement method being used is a competitive flexible procedure, and it involves establishing a framework agreement. The tender period concludes on 6th March 2026 at 15:00 GMT, with awards anticipated by 31st March 2026. The framework aims to appoint one supplier for each lot, covering fire risk assessments for Northern Ireland's central government estates and fire consultancy services for compliance with building design standards.

This tender presents significant business growth opportunities for companies specialising in fire safety and consultancy services. Businesses with expertise in the preparation of fire risk assessment reports and fire safety design review services, particularly those capable of partnering with governmental bodies and adhering to legal and statutory requirements, are ideal candidates to bid. The framework allows suppliers to leverage existing skills and showcase their ability to drive best practices within Northern Ireland’s public sector. With a potential contract value exceeding 1 million GBP, this competitive yet flexible procurement process encourages companies to contribute to continuous improvement through benchmarked service delivery, fostering growth and innovation in the fire safety consultancy field.

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

Notice Title

DOF FIRE CONSULTANT SERVICES FRAMEWORK 2026

Notice Description

Tenders are invited for the appointment of 1no. Supplier to each Lot (2no.) of a Framework to provide the following Services; Lot 1 Fire Risk Assessments, Lot 2 Fire Consultant Services This Framework is not a guarantee of any future workload, outside of that outlined within the Scope, but demonstrates an intention to utilise the appointed Supplier to provide services where appropriate. The successful Supplier appointed to each Lot should be suitably qualified and experienced to work in partnership with the Authority and each Client to deliver a high-quality and comply with all Law, Statutory Requirements and Relevant / British European / International Standards. Suppliers will be required to make all information available from each Work Order let under this Framework, for reporting and/or benchmarking opportunities. Lot 1 is for the appointment of 1no. Supplier for the provision of a service for Fire Risk Assessments on behalf of DoF Property Services Division - Fire Safety Section (PSD FSS). The service shall include the preparation of Fire Risk Assessments Reports for buildings within the Northern Ireland central government office estate and other public sector bodies, as required by the Client Group. DoF PSD Fire Safety Section (PSD FSS) will manage the operation of this Framework as the Client's Representative on behalf of Client Group. PSD FSS will monitor the performance of the Supplier and work with them to drive forward best practice, leading to continuous improvement in delivered Fire Risk Assessments. Lot 2 is for the appointment of 1no. Supplier for the provision of a Consultant service to both; provide a fire safety design review and verification service to externally procured Integrated Consultant Team (ICT) and Integrated Supply Teams (IST) fire design and fire engineered strategies, to ensure code compliant building designs that meet all NICS, Client, and legal requirements (Consultancy Services) and to provide a fire safety design and advisory service to internal CPD design teams (Design Services)

Lot Information

LOT 1 FIRE RISK ASSESSMENTS

This Framework Lot 1 is for the appointment of 1no. Supplier for the provision of a service for Fire Risk Assessments on behalf of DoF Property Services Division - Fire Safety Section (PSD FSS). The service shall include the preparation of Fire Risk Assessments Reports for buildings within the Northern Ireland central government office estate and other public sector bodies, as required by the Client Group. DoF PSD Fire Safety Section (PSD FSS) will manage the operation of this Framework at the Client's Representative on behalf of Client Group. PSD FSS will monitor the performance of the Supplier and work with them to drive forward best practice, leading to continuous improvement in delivered Fire Risk Assessments.

LOT 2 - FIRE CONSULTANT SERVICES

This Framework Lot 2 is for the appointment of 1no. Supplier for the provision of a service to both; provide a fire safety design review and verification service to externally procured Integrated Consultant Team (ICT) / Integrated Supply Teams (IST) fire design and fire engineered strategies, to ensure code compliant building designs that meet all NICS, Client, and legal requirements (Consultancy Services) and to provide a fire safety design and advisory service to internal CPD design teams (Design Services) The Supplier's overall role will be to provide advice in relation to the fire safety aspects of the design in order to provide reasonable confidence that the design that is developed, as well as the completed building, should achieve an acceptable standard of fire safety, comply with the client's objectives and meet all relevant legal fire safety CPD - PA23 - Competitive Flexible - Professional Services Invitation to Participate - Schedule of Contract Specific Information (ItP Part B) Page 7 of 13 requirements. The Supplier will be responsible for monitoring the delivery of the design throughout the RIBA stages. CPD Construction Division (CPD CD) will manage the operation of this Framework as the Client's Representative on behalf of Client Group. CPD CD will monitor the performance of the ICTs and work with them to drive forward best practice, leading to continuous improvement in the delivery of Fire Strategy / Design Review Reports.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0612cc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018187-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

75 - Administration, defence and social security services


CPV Codes

71317100 - Fire and explosion protection and control consultancy services

75251110 - Fire-prevention services

Notice Value(s)

Tender Value
£1,025,000 £1M-£10M
Lots Value
£1,025,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Mar 20261 months ago
Submission Deadline
6 Mar 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2030 4-5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CPD - CONSTRUCTION DIVISION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast 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-0612cc-2026-03-02T07:07:56Z",
    "date": "2026-03-02T07:07:56Z",
    "ocid": "ocds-h6vhtk-0612cc",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBPX-2845-LQQH",
            "name": "CPD - Construction Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBPX-2845-LQQH"
            },
            "address": {
                "streetAddress": "CLARE HOUSE 303 AIRPORT ROAD WEST",
                "locality": "BELFAST",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "Construct.Info@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBPX-2845-LQQH",
        "name": "CPD - Construction Division"
    },
    "tender": {
        "id": "C001210FS",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DOF FIRE CONSULTANT SERVICES FRAMEWORK 2026",
        "description": "Tenders are invited for the appointment of 1no. Supplier to each Lot (2no.) of a Framework to provide the following Services; Lot 1 Fire Risk Assessments, Lot 2 Fire Consultant Services This Framework is not a guarantee of any future workload, outside of that outlined within the Scope, but demonstrates an intention to utilise the appointed Supplier to provide services where appropriate. The successful Supplier appointed to each Lot should be suitably qualified and experienced to work in partnership with the Authority and each Client to deliver a high-quality and comply with all Law, Statutory Requirements and Relevant / British European / International Standards. Suppliers will be required to make all information available from each Work Order let under this Framework, for reporting and/or benchmarking opportunities. Lot 1 is for the appointment of 1no. Supplier for the provision of a service for Fire Risk Assessments on behalf of DoF Property Services Division - Fire Safety Section (PSD FSS). The service shall include the preparation of Fire Risk Assessments Reports for buildings within the Northern Ireland central government office estate and other public sector bodies, as required by the Client Group. DoF PSD Fire Safety Section (PSD FSS) will manage the operation of this Framework as the Client's Representative on behalf of Client Group. PSD FSS will monitor the performance of the Supplier and work with them to drive forward best practice, leading to continuous improvement in delivered Fire Risk Assessments. Lot 2 is for the appointment of 1no. Supplier for the provision of a Consultant service to both; provide a fire safety design review and verification service to externally procured Integrated Consultant Team (ICT) and Integrated Supply Teams (IST) fire design and fire engineered strategies, to ensure code compliant building designs that meet all NICS, Client, and legal requirements (Consultancy Services) and to provide a fire safety design and advisory service to internal CPD design teams (Design Services)",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71317100",
                        "description": "Fire and explosion protection and control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75251110",
                        "description": "Fire-prevention services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71317100",
                        "description": "Fire and explosion protection and control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75251110",
                        "description": "Fire-prevention services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 1230000,
            "amount": 1025000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Please refer to the ITP-PART A DOCUMENT GENERIC INFORMATION AND GUIDANCE"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2,
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "A contract will be established between the Supplier and the Authority by means of the issue of a Work Order by the Authority with instructions to provide services. Refer to Lot 1/2 Scope of Service for further information. The Supplier will provide the service under each Work Order using the same team as indicated in their TP-TS Team Structure. This will mean that a consistent team will be engaged to provide fire risk assessment services. As set out in the Scope of Services, a Supplier may not be issued with any further orders where it failed to substantially achieve the level of performance on previous orders compliant with the KPIs set out in the Framework Agreement. A Work Order will normally be associated with a single project or building, but where appropriate the Authority may, for example, create a Work Order for a number of buildings / projects or to provide services for a particular member or members of the Client Group. The Authority reserves the right to bundle Projects as part of one Work Order at its discretion."
            }
        },
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=6370823",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-06T15:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-06T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-31T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "LOT 1 FIRE RISK ASSESSMENTS",
                "description": "This Framework Lot 1 is for the appointment of 1no. Supplier for the provision of a service for Fire Risk Assessments on behalf of DoF Property Services Division - Fire Safety Section (PSD FSS). The service shall include the preparation of Fire Risk Assessments Reports for buildings within the Northern Ireland central government office estate and other public sector bodies, as required by the Client Group. DoF PSD Fire Safety Section (PSD FSS) will manage the operation of this Framework at the Client's Representative on behalf of Client Group. PSD FSS will monitor the performance of the Supplier and work with them to drive forward best practice, leading to continuous improvement in delivered Fire Risk Assessments.",
                "status": "active",
                "value": {
                    "amountGross": 960000,
                    "amount": 800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "QUALITY",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SOCIAL VALUE",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "PRICE",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "QUALITY",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SOCIAL VALUE",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "PRICE",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "PLEASE REFER TO THE TENDER DOCUMENTS"
                        },
                        {
                            "type": "technical",
                            "description": "PLEASE REFER TO THE TENDER DOCUMENTS"
                        },
                        {
                            "type": "economic",
                            "description": "PLEASE REFER TO THE TENDER DOCUMENTS"
                        },
                        {
                            "type": "technical",
                            "description": "PLEASE REFER TO THE TENDER DOCUMENTS"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00"
                }
            },
            {
                "id": "2",
                "title": "LOT 2 - FIRE CONSULTANT SERVICES",
                "description": "This Framework Lot 2 is for the appointment of 1no. Supplier for the provision of a service to both; provide a fire safety design review and verification service to externally procured Integrated Consultant Team (ICT) / Integrated Supply Teams (IST) fire design and fire engineered strategies, to ensure code compliant building designs that meet all NICS, Client, and legal requirements (Consultancy Services) and to provide a fire safety design and advisory service to internal CPD design teams (Design Services) The Supplier's overall role will be to provide advice in relation to the fire safety aspects of the design in order to provide reasonable confidence that the design that is developed, as well as the completed building, should achieve an acceptable standard of fire safety, comply with the client's objectives and meet all relevant legal fire safety CPD - PA23 - Competitive Flexible - Professional Services Invitation to Participate - Schedule of Contract Specific Information (ItP Part B) Page 7 of 13 requirements. The Supplier will be responsible for monitoring the delivery of the design throughout the RIBA stages. CPD Construction Division (CPD CD) will manage the operation of this Framework as the Client's Representative on behalf of Client Group. CPD CD will monitor the performance of the ICTs and work with them to drive forward best practice, leading to continuous improvement in the delivery of Fire Strategy / Design Review Reports.",
                "status": "active",
                "value": {
                    "amountGross": 270000,
                    "amount": 225000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "QUALITY",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SOCIAL VALUE",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "PRICE",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "QUALITY",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SOCIAL VALUE",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "PRICE",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "PLEASE REFER TO THE TENDER DOCUMENTS"
                        },
                        {
                            "type": "technical",
                            "description": "PLEASE REFER TO THE TENDER DOCUMENTS"
                        },
                        {
                            "type": "economic",
                            "description": "PLEASE REFER TO THE TENDER DOCUMENTS"
                        },
                        {
                            "type": "technical",
                            "description": "PLEASE REFER TO THE TENDER DOCUMENTS"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "008385-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008385-2026",
                "datePublished": "2026-01-30T11:48:04Z",
                "format": "text/html"
            },
            {
                "id": "018187-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018187-2026",
                "datePublished": "2026-03-02T07:07:56Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "018187-2026",
                "description": "CHANGE TO THE TENDER RETRUN DATE. DATE CHANGED FROM 2 MARCH TILL 6 MARCH."
            }
        ]
    },
    "language": "en"
}