Tender

NIPB - 6422931 - Fire Alarm Services - PSNI Estate - C000251BS

NORTHERN IRELAND POLICING BOARD

This public procurement record has 2 releases in its history.

TenderUpdate

25 Mar 2026 at 10:19

Tender

24 Feb 2026 at 14:22

Summary of the contracting process

The Northern Ireland Policing Board is overseeing the procurement process for fire alarm services for the Police Service of Northern Ireland (PSNI) Estate. This tender invites suppliers to provide routine maintenance and potential installation of fire alarm systems, gas suppression systems, and sprinkler systems across multiple sites compliant with BS5839-1:2017 and BS EN 12845 standards. The procurement is in the 'Tender' stage, employing a selective and competitive flexible procedure. Interested parties must submit their expressions of interest by 26th March 2026, with the award period concluding on 17th April 2026. The contract, valued at £4.2 million, covers works within the defence and security sector in Belfast (UKN), with a possible extension reaching up to the year 2033.

This procurement opportunity allows businesses specialising in fire alarm system installation and maintenance to secure a substantial, long-term contract. Companies well-versed in handling sensitive and comprehensive security systems will find ample growth potential, given the scope and complexity required by maintaining the PSNI estate efficiently. The competitive flexible procedure encourages those with innovative solutions, particularly those capable of providing 24/7 service. Businesses that address known risks, such as legislative changes, may strengthen their proposals, ensuring alignment with potential contract modifications during its term.

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

Notice Title

NIPB - 6422931 - Fire Alarm Services - PSNI Estate - C000251BS

Notice Description

The project is for the provision of Fire Alarm Services - PSNI Estate. The Supplier will be responsible for the routine maintenance on the following assets: * Fire Alarm Systems * Gas Suppression Systems * Sprinkler Systems * Disabled Refuge Systems The Supplier will be responsible for the maintenance of fire alarm systems in accordance with BS5839-1:2017. Current systems include L1 to L4 categories, approximately 50 highly sensitive aspirating smoke detection systems and sprinkler/watermist type systems. The Supplier will also be responsible for the maintenance of sprinkler systems at three sites in accordance with BS EN 12845. The service shall be made available 24 hours per day and 365 days per year or 366 days per leap year (including all weekends and holiday periods). In addition to the above maintenance requirements, the Supplier will on occasions be asked to supply, install and maintain additional assets such as those listed above. In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation. Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded.

Lot Information

Lot 1

Renewal: 2 x two year extensions which may be exercised at the Contracting Authority's discretion.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-065b19
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027182-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45312100 - Fire-alarm system installation work

Notice Value(s)

Tender Value
£4,200,000 £1M-£10M
Lots Value
£4,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Mar 20261 months ago
Submission Deadline
26 Mar 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
16 Apr 2026 - 16 Apr 2029 3-4 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
NORTHERN IRELAND POLICING BOARD
Additional Buyers

CONSTRUCTION AND PROCUREMENT DELIVERY (CPD)

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
BT1 3BG
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
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Further Information

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-065b19-2026-03-25T10:19:09Z",
    "date": "2026-03-25T10:19:09Z",
    "ocid": "ocds-h6vhtk-065b19",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PPCX-1222-ZXHR",
            "name": "Northern Ireland Policing Board",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPCX-1222-ZXHR"
            },
            "address": {
                "streetAddress": "31 Clarendon Road",
                "locality": "Belfast",
                "postalCode": "BT1 3BG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "construct.info@Finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PBPX-2845-LQQH",
            "name": "Construction and Procurement Delivery (CPD)",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBPX-2845-LQQH"
            },
            "address": {
                "streetAddress": "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": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "The Authority has appointed Construction and Procurement Delivery (CPD) the CoPE to provide procurement advice and to administer this procurement competition on its behalf as a buyer."
        }
    ],
    "buyer": {
        "id": "GB-PPON-PPCX-1222-ZXHR",
        "name": "Northern Ireland Policing Board"
    },
    "tender": {
        "id": "6422931",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "NIPB - 6422931 - Fire Alarm Services - PSNI Estate - C000251BS",
        "description": "The project is for the provision of Fire Alarm Services - PSNI Estate. The Supplier will be responsible for the routine maintenance on the following assets: * Fire Alarm Systems * Gas Suppression Systems * Sprinkler Systems * Disabled Refuge Systems The Supplier will be responsible for the maintenance of fire alarm systems in accordance with BS5839-1:2017. Current systems include L1 to L4 categories, approximately 50 highly sensitive aspirating smoke detection systems and sprinkler/watermist type systems. The Supplier will also be responsible for the maintenance of sprinkler systems at three sites in accordance with BS EN 12845. The service shall be made available 24 hours per day and 365 days per year or 366 days per leap year (including all weekends and holiday periods). In addition to the above maintenance requirements, the Supplier will on occasions be asked to supply, install and maintain additional assets such as those listed above. In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation. Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 5040000,
            "amount": 4200000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Refer to the Procurement Documents for Further Details"
        },
        "mainProcurementCategory": "works",
        "specialRegime": [
            "defenceSecurity"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-26T15:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2026-03-26T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-17T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 5040000,
                    "amount": 4200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Full details can be found within the ItP Package.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Full details can be found within the ItP Package.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Full details can be found within the ItP Package.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Full details can be found within the ItP Package.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Full details can be found within the ItP Package.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Full details can be found within the ItP Package.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-17T00:00:00+01:00",
                    "endDate": "2029-04-16T23:59:59+01:00",
                    "maxExtentDate": "2033-04-16T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x two year extensions which may be exercised at the Contracting Authority's discretion."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "016504-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016504-2026",
                "datePublished": "2026-02-24T14:22:01Z",
                "format": "text/html"
            },
            {
                "id": "027182-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/027182-2026",
                "datePublished": "2026-03-25T10:19:09Z",
                "format": "text/html"
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "amendments": [
            {
                "id": "027182-2026",
                "description": "The estimated contract value included in this Tender Notice has been compiled using historic maintenance data and anticipated annual budgetary allocations but may increase due to scenarios or options allowed for in the contract and known risks as outlined below. In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation. Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded."
            }
        ]
    },
    "language": "en"
}