Tender

Fire Safety Works

GREAT PLACES HOUSING GROUP LIMITED

This public procurement record has 1 release in its history.

Tender

31 Mar 2026 at 12:31

Summary of the contracting process

The Great Places Housing Group Limited in Manchester has issued a tender for Fire Safety Works across its estate, comprising 892 buildings. This procurement focuses on remedial fire door and fire-stopping services based on ongoing Fire Risk Assessments. The tender is categorised under the industry of fire safety solutions and intends to cover works in the North West of England and parts of Yorkshire and the Humber. As part of a Competitive Flexible Procedure under urgent circumstances, the process is accelerated with submissions due by 22nd April 2026. The full procurement, including interviews and evaluation, is expected to conclude by 6th July 2026, leading to contracts commencing on 31st July 2026. This procurement represents significant investment, with the contract's value reaching up to £8 million GBP.

The tender offers substantial business growth opportunities for companies specialising in fire protection services, particularly those experienced in social housing sectors. Ideal candidates would be those familiar with housing association protocols and fire safety regulatory standards, capable of delivering both passive and active fire stopping solutions. The framework agreement allows for contracts with and without further competition, ensuring flexibility and ongoing opportunities post-award. Businesses well-versed in regulatory compliance, possessing suitable accreditations such as FIRAS Installer Certification, and having relevant references in the North West or Yorkshire, are strongly positioned to succeed in this tendering process. This is an excellent opportunity for SMEs to partner closely with Great Places Housing Group, not only to enhance fire safety but also to contribute to community protection initiatives.

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

Notice Title

Fire Safety Works

Notice Description

GPHG owns and manages 892 buildings which are subject to Fire Risk Assessments (FRAs), on which we expect to conduct circa 450 FRAs per annum. Great Places Housing Group (GPHG) requires contractors to carry out remedial fire door and firestopping works and services to relevant buildings throughout its estate, in compliance with the recommendations of our ongoing programme of Fire Risk Assessments. The works will primarily be passive firestopping, but may also include some active fire safety measures.

Lot Information

Lot 1

Options: Great Places may exercise the following options during the procurement phase: a. To alter or amend the tender notice to ensure it remains compliant with the Procurement Act 2023. b. To alter, before the submission deadline for Stage One, the CFP description, stages or evaluation if this is proportionate based on clarifications received. c. To alter the draft tender documents provided at Stage One, ready for tenders at Stage Two where this is reasonable and proportionate to do so, for example, non-substantial amendments to remove errors, omissions, provide further detail or to ensure it is more readily understood. d. To abandon this procurement process at any time. It shall have no liability whatsoever to any Potential Suppliers, should it elect to abandon this procurement exercise. e. To alter the procurement timetable at its discretion. f. To clarify any part of a submission received at any stage. g. To use alternative electronic means of receiving tenders in the event of technical difficulties with the e-tender platform during the Competitive Flexible Procedure Great Places may exercise the following options during the Contract Period: The Contract Area or Contract Period may be extended to require Suppliers to deliver additional services/works or locations that are in keeping with the nature of the contract for presently unknown variables, such as: * to support other departments within Great Places * to help to meet carbon net zero objectives * comply with any incoming or new regulatory and legislative changes * in cases of urgency * in cases of an alternative contract failure or termination * in cases of Great Places staff absence or illness All bids are to remain valid for acceptance for a period of 6 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067920
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029658-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

45 - Construction work

51 - Installation services (except software)


CPV Codes

44221220 - Fire doors

44480000 - Miscellaneous fire-protection equipment

45343000 - Fire-prevention installation works

51100000 - Installation services of electrical and mechanical equipment

51700000 - Installation services of fire protection equipment

Notice Value(s)

Tender Value
£6,666,667 £1M-£10M
Lots Value
£6,666,667 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Mar 20263 days ago
Submission Deadline
22 Apr 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jul 2026 - 30 Jul 2034 Over 5 years
Recurrence
2029-01-05

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GREAT PLACES HOUSING GROUP LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
MANCHESTER
Postcode
M21 7QP
Post Town
Manchester
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD3 Greater Manchester
Small Region (ITL 3)
TLD33 Manchester
Delivery Location
TLD3 Greater Manchester, TLD4 Lancashire, TLD6 Cheshire, TLD73 Sefton, TLD74 Wirral, TLE3 South Yorkshire

Local Authority
Manchester
Electoral Ward
Chorlton Park
Westminster Constituency
Manchester Withington

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-067920-2026-03-31T13:31:01+01:00",
    "date": "2026-03-31T13:31:01+01:00",
    "ocid": "ocds-h6vhtk-067920",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-MPR-30045R",
            "name": "Great Places Housing Group Limited",
            "identifier": {
                "scheme": "GB-MPR",
                "id": "30045R"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PRYW-1616-TVYT"
                }
            ],
            "address": {
                "streetAddress": "2a Derwent Avenue",
                "locality": "Manchester",
                "postalCode": "M21 7QP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD33"
            },
            "contactPoint": {
                "email": "procurement@greatplaces.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.greatplaces.org.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-MPR-30045R",
        "name": "Great Places Housing Group Limited"
    },
    "planning": {
        "noEngagementNoticeRationale": "n/a"
    },
    "tender": {
        "id": "DN802493",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Fire Safety Works",
        "description": "GPHG owns and manages 892 buildings which are subject to Fire Risk Assessments (FRAs), on which we expect to conduct circa 450 FRAs per annum. Great Places Housing Group (GPHG) requires contractors to carry out remedial fire door and firestopping works and services to relevant buildings throughout its estate, in compliance with the recommendations of our ongoing programme of Fire Risk Assessments. The works will primarily be passive firestopping, but may also include some active fire safety measures.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44221220",
                        "description": "Fire doors"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44480000",
                        "description": "Miscellaneous fire-protection equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD4",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD6",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD73",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD74",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE3",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 8000000,
            "amount": 6666667,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "State of urgency",
            "features": "Although prior notices concerning this requirement have been published, UK2 Preliminary market engagement notice, id. 2025/S 000-072975, published on 11th November 2025, and particularly UK3 Planned planned procurement notice 2025/S 000-077010, published 0n 25th November 2025, due to a change from an Open to a Competitive Flexible Procedure subsequent to these notices, it has not been possible to formally link those notices to this Tender Notice. Nevertheless, the same requirement is being met, and Great Places believes the Planned Procurement Notice is a Qualifying Planned Procurement Notice, and has therefore adopted shortened timeframes for the submissions of tenders. Suppliers are advised to read the Invitation To Tender Carefully before proceeding to complete their responses. The Competitive Flexible Procedure will have three stages, which, aside from the final in person interview, will be conducted via the ProActis ProContract portal, ref: DN802493 At the initial stage, Suppliers will be invited to complete a Procurement Specific Questionnaire ('PSQ'), including the Conditions of Participation ('CoP')which suppliers will be required to meet. In addition, at this stage, Suppliers will be required to complete an indicative pricing schedule. Suppliers will have the opportunity to submit request clarifications up to 15th April, and first stage submissions must be submitted by 12 noon on Wednesday 22nd April, These initial submissions will then be assessed for compliance both with statutory requirements, and the CoP required by Great Places. Should any supplier fail to meet these requirements, their submission will be discarded at this stage. The pricing submissions will then be collated, evaluated and ranked, according to their proximity to a competitive benchmark, the Optimum Price, and the twelve (12) highest ranked suppliers will be invited to the second stage. Suppliers must note that the Optimum Price will be deemed to be the mean of pricing submissions (not already discarded) minus one Standard Deviation. Hence the lowest priced tenders may not be the closest to the Optimum price, and hence highest ranked, and indeed may not be amongst the 12 selected tender submissions. At the second stage, suppliers will be required to complete a Quality Questionnaire composed of written responses to five (5) questions by 12 noon on Friday 18th May. Stage two responses will then be evaluated by Great Places' panel of evaluators, moderated to achieve consensus marking, and added to pricing scores to render a new ranking. The highest ranked eight (8) suppliers will then be invited to interviews. Interviews will be conducted in person at Great Places Head Offices, 2a Derwent Avenue, West Didsbury, Manchester M21 7QP in the period 9th- 14th June. Interviews responses will then be evaluated and ranked, with the scores being added to those produced at the end of Stage 2, and new, final rankings produced. The four highest ranking suppliers will be deemed to have provided the Most Advantageous Tenders, and will be invited to join the framework."
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "maximumParticipants": 4,
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "Contracts may be awarded to successful suppliers with a place on the framework either with or without competition, in compliance with SS45 of PA23. Any contracts under the framework awarded without competition will be awarded according to objective mechanisms detailed in the Framework Agreement.",
                "openFrameworkSchemeEndDate": "2034-07-30T23:59:59+01:00"
            }
        },
        "submissionMethodDetails": "Tenders must be submitted using the ProActis ProContract portal, https://procontract.due-north.com, ref. DN802493 All tender responses must be completed using the ProContract e-procurement system. All required tender documents must be uploaded onto the system. For questions in relation to ProContract, including gaining access as a supplier, then you must contact the ProActis Supplier Support: * Tel: 0330 005 0352 (8.30am to 5.00pm Monday to Friday); * Email: procontractSuppliers@proactis.com * Log a support ticket online https: //suppliersupport.proactisservicedesk.com/ Where a document requires upload to ProContract, it should be renamed with the Potential Suppliers name, retaining the appendix number. For example: * My company name Ltd_Appendix 3 * My company name Ltd_Appendix 4",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-22T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-15T23:59:59+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-06T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 8000000,
                    "amount": 6666667,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Questionnaire",
                            "description": "A Quality Questionnaire, composed of five questions for which detailed written responses are required, which will be completed at stage 2 by the 12 highest ranked suppliers after stage 1.",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "An indicative pricing schedule, including a wide range of the works which will be required, to be completed at stage 1. Suppliers should note that the pricing will be evaluated for its proximity to a competitive optimum price, derived from the mean minus one standard deviation from all valid tender prices evaluated. This is further explained in the Invitation To Tender",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Interview",
                            "description": "A Qualitative interview, dealing with supplier's responses to practical issues emerging from the execution of Fire Safety Works in Social Housing",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "i) Suppliers must meet the insurance requirements as specified in SS2.5 of the ITT j) Suppliers must fulfil the safeguarding criteria set out at SS7.3 of Appendix 2a k) Suppliers must fulfil the Data Protection and Cyber Security requirements detailed in SS9.3 of Appendix 2a"
                        },
                        {
                            "type": "technical",
                            "description": "a) Suppliers must be able to cover the full range of both planned and responsive works comprehended in the specification across all GPHG areas (see map at SS2.5 of Appendix 2a Service Specification to the ITT) b) Suppliers must have experience of working with Housing Associations or other Registered Providers of Social Housing to carry out similar works within the North West of England or Yorkshire: o to evidence their relevant experience, potential providers must provide three references for contracts of a similar nature, scale and complexity to those described in these tender documents, at least two of which must be in Yorkshire or the North West of England delivered within the last three years, and at least two of which must be for Housing Associations or other Providers of Social Housing * Each reference should include: * Contracting Authority or Client name * Description of services provided (less than 350 words) * Contract value and duration * Contact details for verification c) Suppliers must be able to design portions of the works, and, when required, to act as Principal Designer d) Suppliers must have the ability to carry out urgent responsive works within HHSRS timeframes, to comply with legislative requirements e) Suppliers must provide details of their last five years' RIDDOR stats together with an indication of any statutory enforcement or remedial action notices, and compliance with these f) Suppliers must provide details of any significant or persistent contractual or performance issues under contracts with other Providers of Social Housing within the last five years g) Suppliers must be accredited under the at least one of the below list of schemes (or their equivalents): o FIRAS Installer Certification o BM TRADA Q Mark Certification (all of Fire Door Installation, Fire Door Maintenance & Fire Stopping to STD05b) o LPS1531 2.0 h) Individuals used by suppliers (whether directly employed or subcontracted) in any work on fire doors and fire compartmentation must be accredited under at least one of the below list of schemes (or their equivalents): o BM Trada Q Mark (all of Fire Door Installation, Fire Door Maintenance & Fire Stopping to STD05b) o Level 3 Course in Passive Fire Protection (BRE/IFC) o NVQ Level 2 Diploma in Associate Industrial Services Occupations - Passive Fire Protection, with 1:1 supervision from a Level 3 qualified and experienced operative"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-31T00:00:00+01:00",
                    "endDate": "2034-07-30T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "Great Places may exercise the following options during the procurement phase: a. To alter or amend the tender notice to ensure it remains compliant with the Procurement Act 2023. b. To alter, before the submission deadline for Stage One, the CFP description, stages or evaluation if this is proportionate based on clarifications received. c. To alter the draft tender documents provided at Stage One, ready for tenders at Stage Two where this is reasonable and proportionate to do so, for example, non-substantial amendments to remove errors, omissions, provide further detail or to ensure it is more readily understood. d. To abandon this procurement process at any time. It shall have no liability whatsoever to any Potential Suppliers, should it elect to abandon this procurement exercise. e. To alter the procurement timetable at its discretion. f. To clarify any part of a submission received at any stage. g. To use alternative electronic means of receiving tenders in the event of technical difficulties with the e-tender platform during the Competitive Flexible Procedure Great Places may exercise the following options during the Contract Period: The Contract Area or Contract Period may be extended to require Suppliers to deliver additional services/works or locations that are in keeping with the nature of the contract for presently unknown variables, such as: * to support other departments within Great Places * to help to meet carbon net zero objectives * comply with any incoming or new regulatory and legislative changes * in cases of urgency * in cases of an alternative contract failure or termination * in cases of Great Places staff absence or illness All bids are to remain valid for acceptance for a period of 6 months."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "029658-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/029658-2026",
                "datePublished": "2026-03-31T13:31:01+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-01-05T23:59:59Z"
                }
            ]
        },
        "contractTerms": {
            "financialTerms": "Invoices will be validated against orders completed in Great Places Contractor Portal, or against other GPHG purchase orders. All invoices must be sent to invoices@greatplaces.org.uk quoting a valid purchase order number. Subject to the Employer's right to withhold or dispute any amount, the Employer will pay the Contractor within 30 calendar days from receipt of an undisputed invoice."
        },
        "riskDetails": "Market Capacity Risk - Limited number of suitably qualified contractors may lead to insufficient competition. Pricing Volatility - Fluctuations in material and labour costs (e.g. due to inflation or supply chain issues) could impact contract delivery and budget adherence. Supply Chain Disruption - Global or local events could impact delivery times and costs. Mobilisation Delays - Contractors may face delays in starting services due to onboarding, resource allocation, or access issues. Policy or Legislative Changes - New government regulations (e.g. building safety, net zero requirements) could impose additional obligations mid-contract. Force Majeure Events - Natural disasters, pandemics, or geopolitical events could impact delivery timelines or costs. Undisclosed Conflicts of Interest - A bidder may have undeclared relationships that could compromise the integrity of the process. Cybersecurity Breaches - If digital systems are used for scheduling or reporting, there's a risk of data breaches or system failures. Complaints - Dissatisfaction from residents or stakeholders could delay or complicate works. Leasehold reform - Ongoing or upcoming leasehold reform legislation (e.g. Leasehold and Freehold Reform Bill) may alter the rights of leaseholders, particularly around service charges, consultation requirements, and enfranchisement. In-house delivery - Repairs service delivered by internal resource may increase or decrease during lifetime of the contract. Technology Failure or Integration Issues - If digital systems (e.g. job scheduling, resident portals) are used, integration or reliability issues may arise. Acquisition or merger in the event GPHG acquires additional stock, e.g. through merger, contract or other acquisition, then GPHG reserves the right to extend the contract by a further period of 1 year and up to 50% value Additional services - Suppliers may be required to deliver additional services/works or location that are in keeping with the nature of the contract for presently unknown variables, such as: > to support other departments within Great Places > to help to meet carbon net zero objectives > supporting any incoming or new regulatory and legislative changes > in cases of urgency > in cases of an alternative contract failure or termination > in cases of GPHG staff absence or illness"
    },
    "language": "en"
}