Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 7
Status Active
Published 29th Apr 2026
| Reference | ocds-h6vhtk-059b0c |
| Common Procurement Vocabulary | Firefighting, rescue and safety equipment |
| Procurement Method | Open procedure |
| Value | £4,000,000 |
United Kingdom
Category Services
Type
No. of Lots 7
Status Active
Published 29th Apr 2026
| Reference | ocds-h6vhtk-059b0c |
| Common Procurement Vocabulary | Firefighting, rescue and safety equipment |
| Procurement Method | Open procedure |
| Value | £4,000,000 |
Changes to notice
This notice has been edited. The previous version is still available.
Closing date for Tender responses has been updated from 28/05/2026 to 29/05/2026 to reflect the Tender publication date from 28/04/2026 to 29/04/2026.
An update to the Framework details has also been made - no changes have been made to the methodology, however, as some wording was corrected and updated in this notice.
Please refer to the Tender documentation for full details of the Tender.
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
The Pricing Card will be evaluated as follows and relates to Lots 1 and 2:
All Tenderer's who meet the minimum score threshold of 25% out of 50% on the Quality/None-Cost element (half the available score) and 10% out of 20% on the Social Value and Sustainability element (half the available score) will be taken through to Price evaluation.
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 ask suppliers to demonstrate the following:
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 the Invitation to Tender
The pricing approach question forms part of the Cost evaluation only and does not assess technical capability, which is evaluated separately under Quality.
Price Component 2: Pricing Card - Commercial Evaluation (20%)
Price evaluation will be conducted using the CIPFA % difference model for each line. For each line, 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.
Each line will be given an equal weighting. For example, if 10 lines are evaluated and the section is worth 20% of the total cost criteria marks, each line will carry a weighting of 2%.
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 for that line.
The total weighted score for each line will be added together to give the total score out of 20%
Each element will be evaluated separately and the scores for both Pricing Card and Commercial Award question will be added together to combine a total score on Price.
The total score achieved for Pricing Card (scored as 20% of the 30% available) will be added to a score of Commercial Award Question (scored as 10% of the total 30% available) to provide an overall supplier score out of 30%.
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.
The total price including any discounts for each line will be used for evaluation purposes.
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 ask suppliers to demonstrate the following:
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 Cost evaluation only and does not assess technical capability, which is evaluated separately under Quality.
Price Component 2: Pricing Card - Commercial Evaluation (20%)
Price evaluation will be conducted using the CIPFA % difference model for each line. For each line, 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.
Each line will be given an equal weighting. For example, if 10 lines are evaluated and the section is worth 20% of the total cost criteria marks, each line will carry a weighting of 2%.
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 for that line.
The total weighted score for each line will be added together to give the total score out of 20%
Each element will be evaluated separately and the scores for both Pricing Card and Commercial Award question will be added together to combine a total score on Price.
The total score achieved for Pricing Card (scored as 20% of the 30% available) will be added to a score of Commercial Award Question (scored as 10% of the total 30% available) to provide an overall supplier score out of 30%.
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. This element evaluates the supplier's approach to pricing rather than the actual prices submitted.
The pricing approach will ask suppliers to demonstrate the following:
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 the 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 Lot 4 will be established at Customer call-off stage by means of Competitive Selection Process.
The total scores will be calculated up to two (2) decimal places.
Suppliers will not be ranked for this procurement.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
https://www.ypo.co.uk/about/customers/permisible-users
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
14 May 2026, 5:00pm
Tender submission deadline
29 May 2026, 5:00pm
Submission address and any special instructions
http://ypo2.my.site.com/s/Welcome
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
http://ypo2.my.site.com/s/Welcome
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: https://www.ypo.co.uk/
Region: UKE45 - Wakefield
Organisation type: Public authority - sub-central government
