Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

NIPB - 6422931 - Fire Alarm Services - PSNI Estate - C000251BS

  • First published: 26 March 2026
  • Last modified: 26 March 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-065b19
Published by:
Northern Ireland Policing Board
Authority ID:
AA54852
Publication date:
26 March 2026
Deadline date:
26 March 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The project is for the provision of Fire Alarm Services – PSNI Estate. The Supplier will be responsible for the routine maintenance on the following assets:• Fire Alarm Systems• Gas Suppression Systems• Sprinkler Systems• Disabled Refuge Systems The Supplier will be responsible for the maintenance of fire alarm systems in accordance with BS5839-1:2017. Current systems include L1 to L4 categories, approximately 50 highly sensitive aspirating smoke detection systems and sprinkler/watermist type systems. The Supplier will also be responsible for the maintenance of sprinkler systems at three sites in accordance with BS EN 12845. The service shall be made available 24 hours per day and 365 days per year or 366 days per leap year (including all weekends and holiday periods).In addition to the above maintenance requirements, the Supplier will on occasions be asked to supply, install and maintain additional assets such as those listed above.In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation. Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded.

Full notice text

Changes to notice

Description

The estimated contract value included in this Tender Notice has been compiled using historic maintenance data and anticipated annual budgetary allocations but may increase due to scenarios or options allowed for in the contract and known risks as outlined below.

In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation.

Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded.

Scope

Procurement reference

6422931

Procurement description

The project is for the provision of Fire Alarm Services – PSNI Estate.

The Supplier will be responsible for the routine maintenance on the following assets:

• Fire Alarm Systems

• Gas Suppression Systems

• Sprinkler Systems

• Disabled Refuge Systems

The Supplier will be responsible for the maintenance of fire alarm systems in accordance with BS5839-1:2017. Current systems include L1 to L4 categories, approximately 50 highly sensitive aspirating smoke detection systems and sprinkler/watermist type systems.

The Supplier will also be responsible for the maintenance of sprinkler systems at three sites in accordance with BS EN 12845.

The service shall be made available 24 hours per day and 365 days per year or 366 days per leap year (including all weekends and holiday periods).

In addition to the above maintenance requirements, the Supplier will on occasions be asked to supply, install and maintain additional assets such as those listed above.

In accordance with Schedule 8, paragraph 1 of the Procurement Act 2023, a number of scenarios or options are allowed for in the contract, including, an increase in annual budgets over and above that anticipated, an increase in the volume of task orders/assets over and above that anticipated, inflationary uplifts and, following an initial contract period of three years, the option of two further two year extensions. In each of these scenarios or options, the Contracting Authority reserves the right to modify the contracts accordingly and the modifications shall be in accordance with the conditions of contract, Scope and the rates and Prices provided at Tender Stage including any contractual inflationary uplifts. Further details of how each of these scenarios and options will be dealt with are included in the Tender Stage Documentation.

Similarly, in accordance with Schedule 8, paragraphs 5 to 7 of the Procurement Act 2023, a change in legislation is considered to be a known risk which may materialise during the term of this contract and require a contract modification. It is considered that this could jeopardise the satisfactory performance of the contract in that, the appointed Supplier is responsible for maintaining the PSNI estate and, because any increase, changes or amendments are not known, they cannot be addressed in the contract as awarded.

Main category

Works

Delivery regions

  • UKN - Northern Ireland

Total value (estimated, excluding VAT)

4200000 GBP to 4200000GBP

Contract dates (estimated)

17 April 2026, 00:00AM to 16 April 2029, 23:59PM

Extension end date (if all the extensions are used): 16 April 2033

Contracting authority

Northern Ireland Policing Board

Identification register:

  • GB-PPON

Address 1: 31 Clarendon Road

Town/City: Belfast

Postcode: BT1 3BG

Country: United Kingdom

Website: https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do

Public Procurement Organisation Number: PPCX-1222-ZXHR

NUTS code: UKN06

Email: construct.info@Finance-ni.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Defence and security

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 45312100 - Fire-alarm system installation work

Delivery regions

  • UKN - Northern Ireland

Lot value (estimated)

4200000 GBP Excluding VAT

5040000 GBP Including VAT

Contract start date (estimated)

17 April 2026, 00:00AM

Contract end date (estimated)

16 April 2029, 23:59PM

Extension end date (estimated)

16 April 2033, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 x two year extensions which may be exercised at the Contracting Authority’s discretion.

Award criteria

Type: quality

Name

Quality

Description

Full details can be found within the ItP Package.

Weighting: 30

Weighting type: percentageExact

Type: quality

Name

Social Value

Description

Full details can be found within the ItP Package.

Weighting: 10

Weighting type: percentageExact

Type: price

Name

Price

Description

Full details can be found within the ItP Package.

Weighting: 60

Weighting type: percentageExact

Submission

Expression of interest deadline

26 March 2026, 15:00PM

Enquiry deadline

26 March 2026, 15:00PM

Date of award of contract

17 April 2026, 23:59PM

Submission address and any special instructions

https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
45312100 Fire-alarm system installation work Alarm system and antenna installation work

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.