News

 

We are happy to announce that Members have access to the latest Fire Safety Equipment, Fire Alarms, Suppression Systems and Associated Services Agreement EFM2054 NE. A full User Guide is available at HE Contracts. An introductory guide can be found here.

The framework is open to all Members of NWUPC, APUC, CPC, HEPCW, LUPC, NEUPC and SUPC.

Scope of Framework:

This Framework Agreement allows you to buy through:

  • Direct Award
  • Desktop Exercise
  • Mini-Competition

The benefits of using this Framework Agreement are:

This framework agreement was procured via an Open Public Contracts Regulations 2015 (PCR) compliant route and a notice was issued on 21st November 2023 in the Find a Tender Service (FTS) under reference 2023/S 000-034386.

There are many benefits to using this framework agreement:

  • BT1/BT2 cash savings will be reportable once the new framework is implemented, the level of this will be determined by the final pricing submissions from the winning bidders.
  • BT3 savings may be reported for all members using the agreement for the first time.
  • There is potential for BT14 non-cash savings to be reported through this framework due to the sustainability element in the ITT.

Suppliers to the Framework:

Contact information for suppliers to the Fire Equipment & Services  framework can be found at HEContracts.

Logic Fire and Rescue Ltd (Lot 1, 2 & 4)

DFP Services Ltd (Lot 1, Lot 3 & Lot 4)

Fieldway Supplies (Lot 1, Lot 3 & Lot 4)

Firemark Limited (Lot 1)

Protec Fire Detection Plc (Lot 1 & Lot 4)

HESIS Ltd (Lot 1 & Lot 4)

Walker Fire UK (Lot 2)

Inspectas Compliance Ltd (Lot 2)

Environmental Essentials (UK) Ltd (Lot 2)

FSC-Live Ltd (Lot 2)

Churches Fire Security Ltd (Lot 2, Lot 3 & Lot 4)

Total Integrated Solutions (Lot 3)

Ventro Ltd (Lot 3)

CDS Security Ltd (Lot 3)

Further information on this agreement, including supplier contact details, can be found in the detailed User Guide, which is available HE Contracts. For further questions or enquiries, contact w.mendrek@neupc.ac.uk  

Lot 1 – Fire Equipment Supply and Maintenance (Full Output Specification – Annex A Lot 1)

The following Goods categories are included within the scope of Lot 1 but not limited to:

  • Fire Extinguishers (portable)
  • Fire Blankets
  • Fire Buckets
  • Hose Reels
  • First Aid Equipment
  • Fire Safety Signs
  • Escape and Evacuation Equipment
  • Storage and Protection Equipment.
  • Door Furniture
  • Fire Doors*

Full list of the required standards for the equipment can be found in the Output Specification (insert link)

The service and maintenance requirement of Lot 1 is also to include as a minimum:

  • Testing/ servicing/correct operation of all extinguishers within timescales as determined by current regulations
  • Commissioning of new equipment
  • Checking of travel distances in relation to extinguishers, As documented within Members fire strategy
  • Responsible disposal of any redundant equipment
  • Fire Blankets to be removed from cover, checked and replaced and details recorded annually
  • Replacement of any safety clips/hoses/nozzles etc when required
  • Checking of current signage for compliance with latest and current regulations
  • All fire extinguishers must be refilled/replaced in line with the timelines stated within the relevant British Standards and all lifecycle replacements are recorded
  • Installation of new hose reels where necessary
  • Routine servicing and testing of all current hose reels and associated parts in line with current guidance
  • Replacement of damaged hose reels or associated parts when required
  • The Supplier is to have adequate supplies of additional fire blankets available at all times to ensure any replacement at any site can take place within the agreed timescale

Lot 2 – Fire Safety Inspections, Fire Risk Assessment & Consultation and Fire Safety Training (Full Output Specification – Annex A – Lot 2)

The following service requirements are included in the scope of Lot 2

  • Fire Risk Assessments
  • Fire Door Survey and Inspections
  • Fire Safety Training
  • Fire Safety Management Consultancy

Services supplied in Lot 2 are to be supplied to standards or guidelines and any superseding or an equivalent industry standard as detailed in the Output Specification (insert link)

Lot 3 – Fire Safety Prevention Detection, Alarms and Suppression Systems (Full Output Specification – Annex A Lot 3)

The following goods and associated services are included within the scope of this Lot 3, but not limited to:

  • Fire Alarm Systems, Conventional, Addressable and Analogue Addressable (Hard wired / Wireless systems)
  • Detector Devices (Ionisation, Optical, Heat, Flame, Carbon, Multi)
  • Fire Suppression Systems (Sprinkler, Water mist, Dry & Wet Risers)
  • Fire Dampers
  • Refuge and Rescue Systems
  • Manual call points
  • Warning System/Bell Relays
  • Door Holder Relays
  • Auxiliary (Control Function) Relays
  • Loop Sounders
  • Automatic Opening Vent (service and testing)
  • Emergency Escape Lighting*

* Emergency lighting is lighting for an emergency situation when the main power supply is cut and normal electrical illumination fails. 

Services supplied in Lot 3 are to be supplied to standards or guidelines and any superseding or an equivalent industry standard as detailed in the Output Specification (insert link)

Lot 4 – Fire Safety, Fire Alarms, Suppression Systems and Associated Services Complete Solution *Excluding Fire Safety Inspections, Fire Risk Assessment & Consultation and Fire Safety Training (Full Output Specification – Annex A Lot 4)

Suppliers are required to provide products and services that are covered by the scope of Lots 1 and 3 of this framework– Fire safety equipment and Fire Detection, Alarms and Suppression systems as a complete service and goods provision. Note- this Lot will not include the scope of Lot 2 of this framework.

Any queries please contact Justin McLoughlin.