Transparency Notice Published 11 May 2026

UK-Sunderland: Fire-alarm system installation work.

University of Sunderland

Contracting authority




Contracting authority:

University of Sunderland


Public Procurement Organisation Number:

PVDN-7726-TBVN


Address:


Chester Road
Sunderland
SR1 3SD
UK


Contact name:

Not provided


Email:

Procurement@sunderland.ac.uk


Telephone:

01915152000


Website:

https://www.sunderland.ac.uk/


Organisation type:

REGIONAL_AUTHORITY


Devolved regulations that apply:

None




Procedure



Procedure type:


Direct award







Tenders received:

0


Tenders assessed:

0


Tenders from SMEs:

0


Tenders from VCSEs:

0



Scope



Title:

Fire Alarm Panel, Detectors and Sounders Replacement


Reference number:

Not provided



Description:

The University is looking to replace the fire alarm panel alongside the fire detectors and sounders at the Reg Vardy building. It is essential that the fire alarm panel and the fire detectors and sounders, are replaced. If no action is taken and the existing system at Reg Vardy were to fail, there would be significant operational consequences.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=1035136712








Participation



Suitable for SMEs:

No


Suitable for VCSEs:

No



Lots





Description:

Not provided


Main procurement category:

WORKS



Above threshold:

No


Suitable for SMEs:

No


Suitable for VCSEs:

No




Contract dates (estimated):

02/06/2026 to 30/08/2026


CPV classifications:


45312100 - Fire-alarm system installation work.

51700000 - Installation services of fire protection equipment.



Contract can be extended:

No



Delivery regions:


UKC23 - Sunderland








Suppliers


Lot 1


Title:

Not provided





Supplier:

Protec Fire Detection Public Limited Company


Companies House:

01170489


Address:


PROTEC HOUSE, CHURCHILL WAY, NELSON
LANCASHIRE
BB9 6RT
UK


Email:

sales@protec.co.uk


Telephone:

+44 1282 717171


Small or medium-sized enterprise (SME):

No


Voluntary, community or social enterprise (VCSE):

No


Supported employment provider:

No


Public service mutual:

No





Documents



Associated tender documents:


Not provided


Technical specifications:


Not provided



Contract Terms



Contract terms:

Not provided


A conflicts assessment has been prepared and revised:

Yes



Direct Award Justification



Allowed by statutory instrument:

No



Direct award justifications:


Single supplier - technical
Additional or repeat - extension


Justification description:

Due to the specialist and proprietary nature of the fire alarm panels and associated components, a direct award is considered the most appropriate and compliant procurement route. The award will be made in accordance with Section 41 (Direct Award in Special Cases) of the Procurement Act 2023.

Given the extensive coverage of the University estate by Protec alarms, and the need for the whole system to be integrated, there would be technical and operational difficulties for a different supplier to replace this part only of the whole system.

The existing fire alarm installation is a Protec addressable system, and replacement works require Protec-specific software, programming capability and commissioning by appropriately trained engineers to maintain system continuity. Use of an alternative contractor would necessitate Protec involvement for commissioning or redesign of the system onto a different manufacturer platform, increasing cost, complexity, programme risk and downtime. A change of manufacturer would also require redesign of detection zoning, introduce compatibility and operational risks, increase commissioning and training requirements, and create long-term inefficiencies by adding another fire alarm platform to the estate, with higher ongoing maintenance costs.

A direct award is therefore considered proportionate and justified due to technical compatibility requirements, the absence of genuine alternative solutions without substantial redesign, the disproportionate cost and programme implications of changing manufacturer platform, and the need to mitigate operational and compliance risk within an appropriate timeframe.




Special regime:


None



Other organisations


Not provided