ÂÜÀòÔ­´´

ÂÜÀòÔ­´´ Tenders

02 May 2026

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type Tender

No. of Lots 7

Status Active

Published 28th Apr 2026

Tender Details
Referenceocds-h6vhtk-059b0c
Common Procurement VocabularyFirefighting, rescue and safety equipment
Procurement MethodOpen procedure
Value£4,000,000
« Previous Page

United Kingdom

Category Services

Type Tender

No. of Lots 7

Status Active

Published 28th Apr 2026

Tender Details
Referenceocds-h6vhtk-059b0c
Common Procurement VocabularyFirefighting, rescue and safety equipment
Procurement MethodOpen procedure
Value£4,000,000

Scope

Reference

001183

Description

YPO are looking for Suppliers to be appointed onto a Framework Agreement following a Competitive Tendering Procedure for the supply of Fire Safety Products and Associated Services, for use in the Education market and Local Authority sectors. This Framework is designed to meet the needs of YPO and Other Contracting Authorities by establishing an agreement where the end customer will place the order with the Supplier and the Supplier delivered direct to the end customer.

The Framework Agreement will cover the maximum period of 4-years from 1st August 2026 to 31st July 2030 with 1 options to extend for 24-months (subject to an annual review, incorporating price re-establishment and KPI performance.) after the initial first 2-years (1st August 2026 - 31st July 2028).

The Framework has an estimated value of between £4.8m and £7.2m inclusive of VAT for the maximum life of the Framework (4-years) and any Call-off Contracts. All references in these documents to values and/or volumes of business are for guidance only and there is no guarantee of any business.

Commercial tool

Establishes a framework

Total value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 August 2026 to 31 July 2028
  • Possible extension to 31 July 2030
  • 4 years

Description of possible extension:

1 options to extend for 24-months subject to an annual review, incorporating price re-establishment and KPI performance, after the initial first 2-years (1st August 2026 - 31st July 2028.

Options

The right to additional purchases while the contract is valid.

Any resulting Contract shall be deemed to cover any item that can be supplied by the successful Tenderer(s) over the life of the Contract within the scope of Fire Safety Equipment.

Main procurement category

Services

CPV classifications

  • 35110000 - Firefighting, rescue and safety equipment
  • 51700000 - Installation services of fire protection equipment

Contract locations

  • UK - United Kingdom

Lot constraints

Maximum number of lots a supplier can bid for: 3

Description of how multiple lots may be awarded:

All successfully awarded suppliers of both Lots 1 and 2 will be automatically awarded a place on to Lot 3.

Subsequently, any successfully awarded supplier of Lots 1 and 4 will be automatically awarded a place on Lot 5.

Likewise, any successfully awarded supplier of Lots 2 and 4 will be awarded a place on Lot 6 and any successfully awarded supplier of Lots 3 and 4 will be awarded a place on Lot 7.


Lot 1. Active Fire Safety Equipment - Supply Only

Description

For the supply and provision of Active Fire Safety Equipment.

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Service of Active Fire Safety Equipment

Description

For the provision of Services for Active Fire Safety Equipment

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 3. Supply and Service/Maintenance of Active Fire Safety Equipment - Combined

Description

For supply and provision of Supply and Service/Maintenance of Active Fire Safety Equipment - Combined

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 4. Fire Risk Assessments and Fire Safety Surveys

Description

for the provision of Fire Risk Assessments and Fire Safety Surveys

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 5. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 1 and 4

Description

For supply and provision of Active Fire Safety Equipment - Supply Only and Fire Risk Assessments and Fire Safety Surveys.

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 6. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 2 and 4

Description

For supply and provision of Service of Active Fire Safety Equipment and Fire Risk Assessments and Fire Safety Surveys.

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 7. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 3 and 4

Description

For supply and provision of Supply and Service/Maintenance of Active Fire Safety Equipment - Combined and Fire Risk Assessments and Fire Safety Surveys.

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

2%

Further information about fees

Retrospective rebate fee at 2%

Justification for framework term over 4 years

n/a

Framework operation description

For Lot 1 - evaluations will use the CIPFA % Difference model as detailed at 7.3.35.2.

For Lot 2 - the Price score will be made up of two separate components, which together, form the overall Price weighting (30%).

Price Component 1: Pricing Approach - Quality Assessed (10%)

Suppliers will be required to respond to a pricing-related question which will be assessed on a quality basis. This element evaluates the supplier's approach to pricing rather than the actual prices submitted.

The pricing approach will be assessed against the following criteria:

Transparency and clarity of pricing structure

Management of pricing risk and cost volatility

Demonstration of value for money over the life of the Framework

Sustainability and robustness of the pricing model

Responses will be scored in accordance with the scoring methodology and descriptions set out in this Invitation to Tender

The pricing approach question forms part of the Price evaluation only and does not assess technical capability, which is evaluated separately under Quality.

Price Component 2: Pricing Schedule - Commercial Evaluation (20%)

Suppliers must complete the Pricing Schedule provided, Appendix C.

Submitted prices will be evaluated using the CIPFA % Difference model, which applies a relative pricing methodology.

The lowest compliant bid will receive the maximum available score for this element. Other bids will be scored proportionally based on the formula set out in this Invitation to Tender.

YPO reserves the right to investigate and seek clarification of any pricing considered to be abnormally low in accordance with the Procurement Act 2023 requirements.

For Lot 3 - Tenderer's awarded a place on both Lots 1 and 2 will automatically be awarded a place on Lot 3. Any pricing from Lot 1 and 2 will pull through automatically to Lot 3.

Suppliers will be asked to apply any applicable discount for the combination of supply and service should they wish to include a discount for the combination of both active Fire Safety Equipment and included Servicing of the equipment. Tenderer's will not be disadvantaged if no discount is applied but may mean the overall price is higher.

For Lot 4 - the Price score will be made up of Price Component 1 to form the overall Price weighting (30%).

Price Component 1: Pricing Approach - Quality Assessed (30%)

Suppliers will be required to respond to a pricing-related question which will be assessed on a quality basis as detailed at This element evaluates the supplier's approach to pricing rather than the actual prices submitted.

The pricing approach will be assessed against the following criteria:

Transparency and clarity of pricing structure

Management of pricing risk and cost volatility

Demonstration of value for money over the life of the Framework

Sustainability and robustness of the pricing model

Responses will be scored in accordance with the scoring methodology and descriptions set out in this Invitation to Tender

The pricing approach question forms part of the Price evaluation only and does not assess technical capability, which is evaluated separately under Quality.

Actual pricing for this Lot 4 will be established at Customer call-off stage by means of Competitive Selection Process.

Pricing for Lots 5, 6 and 7 will be established by Competitive Selection Process.

For full requirements, please refer to the procurement documentation.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework


Participation

Legal and financial capacity conditions of participation

Lot 1. Active Fire Safety Equipment - Supply Only

Lot 2. Service of Active Fire Safety Equipment

Lot 3. Supply and Service/Maintenance of Active Fire Safety Equipment - Combined

Lot 4. Fire Risk Assessments and Fire Safety Surveys

Lot 5. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 1 and 4

Lot 6. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 2 and 4

Lot 7. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 3 and 4

Please refer to the procurement documents

Technical ability conditions of participation

Lot 1. Active Fire Safety Equipment - Supply Only

Lot 2. Service of Active Fire Safety Equipment

Lot 3. Supply and Service/Maintenance of Active Fire Safety Equipment - Combined

Lot 4. Fire Risk Assessments and Fire Safety Surveys

Lot 5. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 1 and 4

Lot 6. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 2 and 4

Lot 7. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 3 and 4

Please refer to the procurement documents

Particular suitability

Lot 1. Active Fire Safety Equipment - Supply Only

Lot 2. Service of Active Fire Safety Equipment

Lot 3. Supply and Service/Maintenance of Active Fire Safety Equipment - Combined

Lot 4. Fire Risk Assessments and Fire Safety Surveys

Lot 5. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 1 and 4

Lot 6. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 2 and 4

Lot 7. Multi-Lot Call-offs for Active Fire Safety Equipment - Lots 3 and 4

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

13 May 2026, 5:00pm

Tender submission deadline

28 May 2026, 5:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

15 July 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 August 2030


Award criteria

Name Description Type Weighting
Quality / none-cost

Based on equally weighted, open questions.

Evidence included will be scored as part of the question.

0-5 scoring methodology

Sub-criteria will include:

1. Customer experience - 10%

2. Delivery protocols...

and logistics - 10%

3. Commitment to industry standards inc. disposal

legislation i.e., POPs - 10%

4. Delivery of Fire Safety Training materials - 10%

5. Management of any sub-contractors - 10%

Quality threshold - providers must score a minimum of 60%

out of 50% to be considered for award.

Quality 50%
Cost

Price evaluations will be conducted using the CIPFA %

difference model for each Lot that a Tenderer is bidding for.

The submitted price is compared using a % price difference

model and then scored...

against using the weighted criteria.

The % price difference model allocates the lowest price

submission the highest score and the highest price the

lowest score. The % price difference is scored on the %

difference between the lowest price and the price

submitted. Where a submitted price exceeds the lowest

price submission by more than 100%, this will result in the

Tenderer being awarded a '0' for price.

The pricing card accounts for 20% out of the total 30% of

the cost award criteria. The remaining 10% will be for the

commercial award question.

Suppliers will not be ranked; customers will complete their

own desktop analysis of all successful suppliers before

awarding the MAT supplier against their requirements. For

Awards Without Competition however, pre-agreed pricing

(via the pricing schedules) will be provided to customers to

assist with their analysis.

Pricing fixed for 12 months from the commencement of the

FW. Price changes after the initial period are then subject

to agreement in line with relevant inflation rates - any price

increases/decreases must be agreed in writing at least 45

working days before implementation and an option to renew

annually - for information only.

The commercial award questions scores will be added to

the price card scores and the full 30% overall score will be

the total 'cost' score.

The commercial award questions will be based on

scenarios to include value for money such as, what

discounts suppliers can offer to customers and how they

might control their costs for inflation etc.

0-5 scoring methodology

Sub-criteria will include:

1. Minimising costs in supply chain - 5%

2. Controlling costs in inflation - 3%

3. Approach to reducing costs to customers for

refurbishment/reuse and discharge fees of the gas

bottles - 2%

Lot 4 - only - cost will be a full 30% from the commercial award criteria.

Cost 30%
Social Value & Sustainability

Evaluation based on open, scored questions related to

relevant Priority Themes (1, 3 and 5)

0-5 scoring methodology

Sub-criteria to include:

1. Theme 1, 3 and modern slavery - 15% (5% for

each)

19 V1

2....

Theme 5 - 5%

Social Value threshold will be set as 50% of the overall

score i.e., 10% out of the 20% available for Social Value

and suppliers must score this as a minimum to be

awarded a place on the FW.

20% is mandated by YPO

Quality 20%

Other information

Payment terms

Please refer to the procurement documentation.

Description of risks to contract performance

• Non-compliance with Legislation and Standards - due to the nature of the market, regulations and legislation changes any new Regulations and Standards are brought in across the Framework lifetime. While YPO will monitor regulatory developments, such changes cannot be predicted or accounted for in full at this stage.

• Total cost of extinguishers and consequent total cost of management may change over the course of this Framework. Pricing reviews will be allowed upon each anniversary of the Framework.

• Total cost of contract value if the estimated contract value is exceeded. YPO will monitor the spend under management at award stage of Customer call-off

• Geographical coverage - this Framework and the previous iteration of the now expired legacy Agreement YPO 000994 Fire Safety Products & Associated Services will be national coverage which may be unfavourable to SMEs in the market. Although no risk was previously identified and raised as a concern, YPO will monitor potential new entrants to market as this new Framework progresses and identify any need for regional coverage in the next iteration.

• Changes in Building Regulations or Standards - updates to building codes, fire safety regulations or sustainability standards during the Framework term may require Specification changes to Fire Safety Equipment. While YPO will monitor regulatory developments, such changes cannot be predicted or accounted for in full at this stage.

• Large response from the market, taking extra time and resources to conduct the evaluations may mean the Framework timescales need to be significantly adjusted.

• Quality risks - there are several quality standards applicable to the provision of Fire Safety Equipment which is of the upmost importance that YPO maintains for their Customers. This will be managed by asking the right questions of the Tenderer's and stating the required standards in the Specification.

• Scope of service provision - in the event of successful Providers widening the scope of their service provision falling under Fire Safety Products & Associated Services (that does not change the overall scope of the contract) in response to legislative changes, YPO reserves the right to update the Specification and ask successful Providers to submit pricing accordingly. If services fall under additional services, the pricing submitted will not be evaluated as per the instructions in this Invitation to Tender.

• YPO reserve the right to update this Agreement should any changes in regard to changes in legislation are identified after commencement of the Contract, that may not be identified prior.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Documents

Associated tender documents

All relevant Tender documents can be found following the link provided.


Contracting authority

Yorkshire Purchasing Organisation

  • Public Procurement Organisation Number: PMRV-4748-MNJV

41 Industrial Park

Wakefield

WF2 0XE

United Kingdom

Contact name: Sally Holden

Email: sally.holden [at] ypo.co.uk

Website: /

Region: UKE45 - Wakefield

Organisation type: Public authority - sub-central government