Tender

NFCC National Firefighter PPE - Lot 1 (Managed Service)

  • Kent and Medway Towns Fire and Rescue Authority

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-044301

Procurement identifier (OCID): ocds-h6vhtk-056149

Published 17 July 2025, 2:05pm

This version 30 July 2025, 2:05pm

Last edited 30 July 2025, 4:05pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

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 1 (Managed Services)'.

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 1 (Managed Services)' relates to the managed service provision of Fire Structural Personal Protective Equipment (PPE) and Lightweight PPE (which consists of Wildland Fire PPE and Technical Rescue PPE) and certain associated services. Please note Lot 1 includes a variety of different leasing options that will be available to Participating Authorities to choose from in line with their requirements, such as top to toe Fully Managed Service, Partial Managed Service with and without associated services to aid flexibility and ensure value for money.

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=969642107

Commercial tool

Establishes an open framework

Total value (estimated)

  • £529,358,897.90 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

Services

Additional procurement category

Goods

CPV classifications

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18110000 - Occupational clothing
  • 18113000 - Industrial clothing
  • 18220000 - Weatherproof clothing
  • 18221000 - Waterproof clothing
  • 18224000 - Clothing made of coated or impregnated textile fabrics
  • 18400000 - Special clothing and accessories
  • 18410000 - Special clothing
  • 18935000 - Laundry bags
  • 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
  • 39291000 - Laundry supplies
  • 98311000 - Laundry-collection services
  • 98311100 - Laundry-management services

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
  • UKJ - South East (England)
  • UKM - Scotland
  • 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

Pricing is submitted on a basket of goods basis.

The Contracting Authority will evaluate quality,technical and pricing responses in order to determine which 3 successful suppliers will be awarded onto the framework .

Following this stage Participating Authorities will award their Call-Off Agreements by carrying out a Supplier Selection Stage taking through the scores received as part of the tender and including any further requirements set out by the Contracting Authority as part of the High level criteria by which the Participating Authority can award.

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

This table contains award criteria for this lot
Name Type Weighting
Quality Price 70%
Price Price 30%

Other information

Payment terms

All Participating Authorities must pay suppliers within 30 days of a valid and undisputed invoice being received.

All Bidders must pay their Supply chain and/or Sub-contractors within 30 days payment terms where of a valid and undisputed invoice being received.

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

Contact name: Miss Sarah Walsh

Telephone: 01622692121

Email: Sarah.Walsh@kent.fire-uk.org

Region: UKJ45 - Mid Kent

Organisation type: Public authority - sub-central government