United Kingdom28 days leftOpen

DOF FIRE CONSULTANT SERVICES FRAMEWORK 2026

Tender Overview

LOCATION

Northern Ireland, United Kingdom

VALUE

£1,230,000

DEADLINE

March 02, 2026 at 15:00

CATEGORY

Other

CPV CODE

71317100

REFERENCE

008385-2026

Project Timeline

Contact Information

View Original

Original Tender 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)
⚠️

MANDATORY EXCLUSION GROUNDS

  • No explicit mandatory exclusion grounds are mentioned in the provided text.

ELIGIBILITY REQUIREMENTS

  • Supplier must be suitably qualified for the respective Lot.
  • Supplier must be experienced for the respective Lot.
  • Supplier must be able to work in partnership with the Authority and each Client.
  • Supplier must be able to deliver high-quality services.
  • Supplier must comply with all Law, Statutory Requirements, and Relevant / British European / International Standards.
  • Supplier must be able to provide Fire Risk Assessments (for Lot 1).
  • Supplier must be able to provide Fire Consultant Services, including design review/verification and design/advisory services (for Lot 2).
  • Supplier must be able to make all information available from each Work Order for reporting and/or benchmarking opportunities.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Demonstrate suitable qualifications for providing Fire Risk Assessments (Lot 1).
  • Demonstrate suitable experience in providing Fire Risk Assessments (Lot 1).
  • Demonstrate suitable qualifications for providing Fire Consultant Services (Lot 2).
  • Demonstrate suitable experience in providing Fire Consultant Services, including fire safety design review and verification, and fire safety design and advisory services (Lot 2).
  • Capability to prepare Fire Risk Assessment Reports for buildings within the Northern Ireland central government office estate and other public sector bodies (Lot 1).
  • Capability to provide 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 (Lot 2).
  • Capability to ensure code compliant building designs that meet all NICS, Client, and legal requirements (Lot 2).
  • Capability to provide a fire safety design and advisory service to internal CPD design teams (Lot 2).
  • Ability to work in partnership with the Authority and clients.
  • Ability to deliver high-quality services.
  • Commitment to comply with all Law, Statutory Requirements, and Relevant / British European / International Standards.
  • Ability to make all information available from each Work Order for reporting and/or benchmarking opportunities.
💰

FINANCIAL REQUIREMENTS

  • No explicit financial requirements are mentioned in the provided text.
📋

SUBMISSION REQUIREMENTS

  • No explicit submission requirements (e.g., specific forms, number of copies, electronic format) are mentioned in the provided text. The submission deadline is 2026-03-02T15:00:00+00:00.

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

DOC
OCDS Record
OCDS Data008385-2026_ocds_record.json
Summary:
This OCDS Record provides structured data detailing a restricted framework tender by CPD - Construction Division for fire risk assessments and fire consultancy services across two lots for Northern Ireland public sector bodies.
DOC
OCDS Release Package
OCDS Data008385-2026_ocds_release.json
Summary:
This OCDS data package provides structured information about a UK government tender from CPD - Construction Division for a framework agreement covering Fire Risk Assessments and Fire Consultant Services across two lots.
PDF
Official PDF Version
Administrative Documents008385-2026_official.pdf
Summary:
This framework seeks one suitably qualified and experienced supplier for each of two lots: Lot 1 for Fire Risk Assessments and Lot 2 for Fire Consultant Services, including design review and advisory services, for Northern Ireland government properties.
HTM
Tender Notice
Administrative Documents008385-2026.html
Summary:
This tender notice announces a framework agreement for Fire Risk Assessments (Lot 1) and Fire Consultant Services (Lot 2) for Northern Ireland government and public sector buildings, requiring suitably qualified suppliers.

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

64
Good

Tender Quality Score

This tender provides a clear description of required fire safety services across two lots but is significantly hampered by the absence of explicit evaluation criteria, mandatory exclusion grounds, and detailed submission requirements. The lack of e-submission and sustainability focus also reduces its overall quality and accessibility.

Score Breakdown

Legal Compliance65/100

The tender defines the procedure type and CPV code correctly. However, the AI-extracted requirements explicitly state that mandatory exclusion grounds are not mentioned in the provided text, and evaluation criteria are missing. These are fundamental for legal compliance.

Missing explicit mandatory exclusion grounds in the provided text.
Missing explicit evaluation criteria.
Clarity70/100

The description of the services for both Lot 1 and Lot 2 is clear and unambiguous, and the AI-extracted eligibility and technical requirements are well-defined. However, the absence of explicit evaluation criteria, financial requirements, and submission requirements significantly reduces the overall clarity for potential bidders.

Missing explicit evaluation criteria.
Missing explicit financial requirements.
Completeness65/100

Basic information such as title, reference, organization, value, duration, and location are provided. Documents are also listed. However, the tender is incomplete due to the critical absence of explicit evaluation criteria, detailed financial requirements, and specific submission instructions.

Missing explicit evaluation criteria.
Missing explicit financial requirements.
Fairness60/100

The tender discloses the estimated value and provides document access. The requirements appear generic and not tailored. However, the absence of explicit evaluation criteria severely impacts transparency and objectivity, and the lack of e-submission creates an unequal playing field for modern bidders.

Missing explicit evaluation criteria.
No e-submission functionality.
Practicality60/100

The contract start date and duration are clearly specified. However, the absence of electronic submission support is a significant practical drawback in contemporary procurement, potentially increasing administrative burden for bidders.

No e-submission functionality.
Data Consistency90/100

Most key fields are populated, and dates are logical and consistent. There are no reported disputes or suspensions. Minor fields like 'Liable Person' and 'Procedure Code' are unpopulated but do not affect overall data consistency significantly.

Liable Person field is empty.
Procedure Code field is empty.
Sustainability20/100

The tender does not include any explicit criteria or focus on green procurement, social aspects, or innovation. It is also not EU funded, which often correlates with higher sustainability standards.

No explicit green procurement criteria.
No explicit social criteria.

Strengths

Clear and detailed description of services for both lots.
Estimated value, duration, and contract start date are clearly specified.
CPV and NUTS codes are appropriately assigned.
Requirements for supplier qualifications and experience are well-defined.
Documents are available and summarized.

Concerns

Absence of explicit evaluation criteria.
Lack of explicit mandatory exclusion grounds in the provided text.
Missing detailed financial and submission requirements.
No electronic submission functionality.
Absence of sustainability, social, or innovation considerations.

Recommendations

1. Publish comprehensive evaluation criteria and mandatory exclusion grounds to ensure legal compliance and transparency.
2. Provide detailed financial and submission requirements to enhance clarity and completeness for bidders.
3. Implement electronic submission functionality to improve fairness and practicality for all potential suppliers.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Generate DocumentsReview Documents
B
Tender Quality Score
64/ 100 · Good

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes