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