Scope
Reference
C25038
Description
Kent and Medway Towns Fire and Rescue Authority on behalf of NFCC, as the Contracting Authority, is seeking to establish a series of open Framework Agreements. Each successive open framework will be for specific products and/or services that will be awarded to successful suppliers, pursuant to which the Participating Authorities listed in Annex 1 of the Procurement Specific Questionnaire may award a Call-Off Agreement.
This Tender Notice relates to 'Lot 9 (Specialist Decontamination)'
The Procurement Specific Questionnaire will be published alongside this Tender Notice. The draft ITT (which will include the draft form of Framework Agreement and draft form of Call-Off Agreement) will include details of the call-off procedure.
'Lot 9 (Specialist Decontamination) relates to the provision of specialist decontamination cleaning of Fire Structural PPE, Lightweight Firefighting PPE, as set out within the Specification and Requirement document for this Lot.
This procurement will start with a participation stage comprising of the completion of the Procurement Specific Questionnaire and the information required to be submitted to the Central Digital Platform by potential bidders. Those successful at the participation stage will progress to the tender stage and will be invited to submit a formal tender in response to the Invitation to Tender (ITT). The evaluation process for the tender stage will include wearer trials and site visits.
It is intended that up to 3 successful suppliers will each be awarded a Framework Agreement (subject to the Contracting Authority's discretion to increase the number of successful suppliers beyond 3). Participating Authorities will be able to enter into a Call-Off Agreement under the Framework Agreement following the call-off procedure.
The Contracting Authority reserves the right to charge a levy to the successful suppliers as set out within the draft ITT.
Where there is more than 1 successful supplier, it is intended that each Framework Agreement will have a maximum term of 8 years. It is anticipated that the successive frameworks will re-open as follows: in (i) March 2029 and (ii) between March 2032 and March 2033. These dates may be subject to change at the discretion of the Contracting Authority.
Access Code to PSQ : FAJDDJ6886
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=966500384
Commercial tool
Establishes an open framework
Total value (estimated)
- £134,373,145.80 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 29 March 2034
- 7 years, 11 months, 29 days
Main procurement category
Goods
CPV classifications
- 18100000 - Occupational clothing, special workwear and accessories
- 18110000 - Occupational clothing
- 18113000 - Industrial clothing
- 18224000 - Clothing made of coated or impregnated textile fabrics
- 18400000 - Special clothing and accessories
- 18410000 - Special clothing
- 35000000 - Security, fire-fighting, police and defence equipment
- 35110000 - Firefighting, rescue and safety equipment
- 35111000 - Firefighting equipment
- 35113400 - Protective and safety clothing
- 35811100 - Fire-brigade uniforms
Contract locations
- UKE1 - East Yorkshire and Northern Lincolnshire
- UKM9 - Southern Scotland
- UKM8 - West Central Scotland
- UKM7 - Eastern Scotland
- UKL14 - South West Wales
- UKC - North East (England)
- UKD - North West (England)
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKH - East of England
- UKK - South West (England)
- UKJ - South East (England)
- UKM - Scotland
- UKL - Wales
- UKM5 - North Eastern Scotland
- UKL2 - East Wales
- UKL1 - West Wales and the Valleys
- UKN0 - Northern Ireland
Framework
Open framework scheme end date (estimated)
29 March 2034
Maximum number of suppliers
3
Maximum percentage fee charged to suppliers
0%
Further information about fees
0
Framework operation description
The criteria to award is based on 70 % Quality and 30 % Price. Price is determined by a basket of goods for each Lot.
Quality is split out between Quality responses, technical responses and wearer trials scores, once all scores have been received then the successful Suppliers overall evaluated scores will be taken forward to the Supplier Selection Stage for Participating Authorities to set out their requirements and evaluated the responses which are based on the high level criteria set out by the Contracting Authority, provided to determine the Suppler to be awarded the Call-Off Agreement too.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Legal and financial capacity conditions of participation: The conditions of participation (and how such conditions will be assessed) relating to legal and financial capacity are included within the Procurement Specific Questionnaire and the draft ITT.
Technical ability conditions of participation
Technical ability conditions of participation: The conditions of participation (and how such conditions will be assessed) relating to technical ability are included within the Procurement Specific Questionnaire and the draft ITT.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
11 August 2025, 12:00pm
Submission type
Tenders
Deadline for requests to participate
12 August 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 April 2026
Award criteria
Name | Type | Weighting |
---|---|---|
Quality | Price | 70% |
Price | Price | 30% |
Other information
Payment terms
All Participating Authorities will ensure that payment are made within 30 days fir a valid and undisputed invoices, similarly successful Suppliers will undertake to adhere to the same payments terms for their supply chain partners and sub-contractors,
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement will start with a participation stage comprising of the completion of the Procurement Specific Questionnaire and the information required to be submitted to the Central Digital Platform by potential bidders. Those successful at the participation stage will progress to the tender stage and will be invited to submit a formal tender in response to the Invitation to Tender (ITT). The evaluation process for the tender stage will include wearer trials and site visits.
It is intended that up to 3 successful suppliers will each be awarded a Framework Agreement (subject to the Contracting Authority's discretion to increase the number of successful suppliers beyond 3). Participating Authorities will be able to enter into a Call-Off Agreement under the Framework Agreement following the call-off procedure.
The Contracting Authority reserves the right to charge a levy to the successful suppliers as set out within the draft ITT.
Where there is more than 1 successful supplier, it is intended that each Framework Agreement will have a maximum term of 8 years. It is anticipated that the successive frameworks will re-open as follows: in (i) March 2029 and (ii) between March 2032 and March 2033. These dates may be subject to change at the discretion of the Contracting Authority.
Contracting authority
Kent and Medway Towns Fire and Rescue Authority
- Public Procurement Organisation Number: PCTX-8834-ZQLL
The Godlands, Straw Mill Hill, Tovil
Maidstone
ME15 6XB
United Kingdom
Region: UKJ45 - Mid Kent
Organisation type: Public authority - sub-central government