Tender

DS478-24 NFCC Emergency Response Vehicle Framework

  • Devon & Somerset Fire & Rescue Authority

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

Notice identifier: 2025/S 000-054486

Procurement identifier (OCID): ocds-h6vhtk-050deb (view related notices)

Published 8 September 2025, 8:47am



Scope

Reference

DS478-24

Description

Devon and Somerset Fire and Rescue Service (on behalf of the National Fire Chiefs Council Transport Officers Group (NFCC TOG) and in conjunction with the NFCC Procurement Hub is leading a procurement project to replace the existing Framework Agreement for UK Fire and Rescue Emergency Response Vehicles.

The framework will enable Contracting Authorities named on the framework to procure Pumping Appliances, Aerial Appliance, Special Vehicles and Vehicle Disposal as required by their Contracting Authority, Fire Rescue Service etc.

The requirements for each lot have been developed by NFCC TOG.

The contract location will depend upon the call-off contracts awarded by the Contracting Authorities.

The NFCC Emergency Response Vehicle Framework will be an open framework for a period of 8 years. No extensions will be available.

No maximum number of suppliers per lot has been applied.

Suppliers who may be interested in this opportunity can prepare by registering on our e-tendering portal where this opportunity is likely to be tendered in due course. The e-tendering portal is located at:

https://sell2.in-tend.co.uk/blpd/home

The e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via:

https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Commercial tool

Establishes an open framework

Total value (estimated)

  • £900,000,000 excluding VAT
  • £1,080,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2034
  • 8 years

Main procurement category

Goods

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Pumping Appliances

Description

Pumping Appliances GVW more than 3t

Lot value (estimated)

  • £900,000,000 excluding VAT
  • £1,080,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34114100 - Emergency vehicles
  • 34114110 - Rescue vehicles

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Aerial Appliances

Description

All types of Aerial appliances within the scope of EN 14043, 14044 and 1777

Lot value (estimated)

  • £900,000,000 excluding VAT
  • £1,080,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34114100 - Emergency vehicles
  • 34114110 - Rescue vehicles

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3a. Small Special Vehicles

Description

Special Vehicles GVW 3.5t or below

Lot value (estimated)

  • £900,000,000 excluding VAT
  • £1,080,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34114100 - Emergency vehicles
  • 34114110 - Rescue vehicles

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3b. Medium Special Vehicles

Description

Special Vehicles GVW of more than 3.5t and less than 7.5t

Lot value (estimated)

  • £900,000,000 excluding VAT
  • £1,080,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34114100 - Emergency vehicles
  • 34114110 - Rescue vehicles

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3c. Large Special Vehicles

Description

Special Vehicles GVW of more than 7.5t

Lot value (estimated)

  • £900,000,000 excluding VAT
  • £1,080,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34114100 - Emergency vehicles
  • 34114110 - Rescue vehicles

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Vehicle Disposal

Description

Disposal of Emergency Response Vehicles

Lot value (estimated)

  • £900,000,000 excluding VAT
  • £1,080,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 60100000 - Road transport services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

31 March 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0.10%

Further information about fees

The National Fire Chief Council (NFCC) Council has agreed to the use of small levies by participating services for national costs. The rebate will be used to cover the costs associated with running the procurement process and management of the framework over its life.

The rebate applied will be 0.1% to each Call-Off Contract.

The rebate will be fixed for the duration of the Open Framework.

The rebate will be applied to the Call-Off Contract's value. The Framework Management team will request Key Performance Indicators at least every 6 months to establish the rebate value and subsequently request the rebate value with an invoice.

Framework operation description

1. This Open Framework Invitation to tender is for Emergency Response Vehicles including Pumping Appliances, Aerial Appliances, Special Vehicles and Vehicle Disposal.

2. The NFCC ERV Framework period shall be 1st April 2026 to 31st March 2034, subject to more than one Supplier being appointed to each Framework in the scheme of Frameworks.

3. The estimated value of this Open Framework is £900,000,000 excluding VAT.

4. A Framework is a contract between the Authority (in this case Devon and Somerset Fire and Rescue Authority) and one or more suppliers that provides for the future award of contracts by a Contracting Authority to the Supplier or Suppliers.

5. Opening and operation of the Framework:

5.1 The Authority intends to re-open the Framework at the following points:

• Once during the period of 3 years from award of the first Framework under this scheme, and

• Within a period of 2 years beginning on the award of the second Framework scheme.

5.2 The Authority reserves the right to adjust the indicative reopening schedule in response to operational requirements. Any changes will be communicated with sufficient notice via Find a Tender Service and to existing suppliers.

5.3 The final Framework will expire at the end of period of 8 years beginning with the Framework Commencement Date (subject to more than one Supplier being Appointed to each Framework in the scheme).

5.4 There will be no limit on the number of Suppliers that can be party to each of the Frameworks in the scheme.

5.5 For Lot 4 only, the Supplier must be awarded on one of the other lots to be able to be awarded on lot 4.

5.6 Whenever the Framework is re-opened, the award of that new Framework will effectively close the existing agreement and create a new Framework. Any processes for the award of a Call-Off contract under the expired Framework that have already commenced can continue following the expiry of that Framework.

5.7 At the point of re-opening the Framework, supplier be notified of the re-opening by publication on Find a Tender Service. Existing framework suppliers may also be directly contacted and invited to apply to join the new Framework.

5.8 During the re-opening, supplier who are party to the Framework in existence immediately prior to the next Framework to be awarded (Existing Suppliers) will be required to confirm whether they wish to be considered to join the new Framework in the scheme of frameworks, and, if they do specify whether they wish to be considered by reference to either:

5.8.1 The fact that the Existing Supplier is party to the Framework in existence immediately prior to the next Framework to be awarded under the scheme. If an Existing Supplier chooses this option the earlier tender will not be re-assessed and the supplier will simply remain on the Framework; or

5.8.2 A tender relating to an earlier award under the scheme. If an Existing Supplier chooses this option the earlier tender will be re-assessed. There is no guarantee of re-appointment to the Framework; or

5.8.3 A new tender submitted in relation to the current award. If an Existing Supplier chooses this option the new tender will be assessed. There is no guarantee of re-appointment to the Framework.

5.9 Existing Supplier can choose not to join the new Framework.

5.10 All suppliers, whether new or existing, will be subject to the same exclusion checks and compliance requirement, and all Existing Suppliers will be re-assessed against mandatory and discretionary exclusion grounds at each re-opening.

5.11 Full instructions will be provided at the point of re-opening the Framework.

5.12 In the event that only one supplier is appointed to any Framework in the scheme of Framework during the Open Framework period than the maximum term of the Framework, and the Open Framework, will be 4 years from the date on which the single supplier Framework is awarded.

6. How prices are determined:

Prices are determined on a competitive basis during the Further Competition for each project.

7. Selection process for award of contracts:

Framework Suppliers will be selected based on the assessment using the criteria set out in the Invitation to Tender.

8. Selection criteria for Further Competitions:

Assessment criteria for Further Competitions for call-off contracts will be set by the Contracting Authority, but will not fundamentally alter, the criteria specified below. The Contracting Authority user will be able to decide what percentage of marks it wants to allocate to each of the assessment criteria, within the maximum and minimum amounts set out:

For Lot 1 to 3c only:

• Price - 0 to 100%

• Technical Merit and Quality - 0 to 100%

• Customer Support - 0 to 100%

• Delivery - 0 to 100%

• Social Value - 0 to 100%

• Organisation - 0 to 100%

For Lot 4 only:

• Price - 0 to 100%

• Vehicle Disposal - 0 to 100%

All assessment criteria must total 100%. The scoring methodology is included within the Further Competition Invitation to Tender.

Award method when using the framework

With competition

Contracting authorities that may use the framework

The full list of Contracting Authorities who are available to use the Open Framework are included within the Invitation to Tender. The following list is provided as a high level overview:

• All Fire and Rescue Services (FRS) within the United Kingdom (including those in Crown Dependencies)

• The Defence Fire Risk Management Organisation

•The Home Office

• Suppliers or Organisations who are the acting agent and responsible for/manage vehicle procurement on behalf of any of the above named organisations will also have access to the Open Framework.

•All Police Forces within the United Kingdom, Scotland and Northern Ireland

•NHS Bodies England

•Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.

•Lease/Finance Providers procuring vehicles which are utilised by any of the above organisations will also have access to the Open Framework.

• UK Airports that are wholly or partially owned by Local Authorities and/or Councils.


Participation

Particular suitability

Lot 1. Pumping Appliances

Lot 2. Aerial Appliances

Lot 3a. Small Special Vehicles

Lot 3b. Medium Special Vehicles

Lot 3c. Large Special Vehicles

Lot 4. Vehicle Disposal

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

18 November 2025, 12:00pm

Tender submission deadline

5 December 2025, 12:00pm

Submission address and any special instructions

Suppliers who may be interested in this opportunity can prepare by registering on our e-tendering portal where this opportunity will be published. The e-tendering portal is located at:

https://sell2.in-tend.co.uk/blpd/home

The e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via:

https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

5 March 2026


Award criteria

Lot 1. Pumping Appliances

Lot 2. Aerial Appliances

Lot 3b. Medium Special Vehicles

Lot 3c. Large Special Vehicles

This table displays the award criteria of the lot
Name Description Type
Technical Merit and Quality (Question 1 to 4)

Pass / Fail

Quality
Technical Merit and Quality

Weighted 10% and scored

Quality
Customer Support

Weighted 25% and scored

Quality
Delivery

Weighted 25% and scored

Quality
Social Value

Weighted 15% and scored

Quality
Social Value - Question 14

Pass / Fail

Quality
Organisation

Weighted 15% and scored

Quality
Price

Weighted 10% and scored

Quality

Weighting description

Each criterion will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender.

Lot 3a. Small Special Vehicles

This table displays the award criteria of the lot
Name Description Type
Technical Merit and Quality (Question 1 to 4)

Pass / Fail

Quality
Technical Merit and Quality

Weighted 10% and scored

Quality
Customer Support

Weighted 25% and scored

Quality
Delivery

Weighted 25% and scored

Quality
Social Value

Weighted 15% and scored

Quality
Social Value - Question 14

Pass / Fail

Quality
Organisation

Weighted 15% and scored

Quality
Price

Weighted 10% and scored

Quality

Weighting description

Each criteria will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender.

Lot 4. Vehicle Disposal

This table displays the award criteria of the lot
Name Description Type
Awarded a place on another lot

Pass / Fail

Quality
Disposal - for lot 4 only

Weighted 100% and scored

Quality
Disposal - Question 20 only

Pass / Fail

Quality

Weighting description

Each criterion will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender.


Other information

Payment terms

In addition to requiring payment within 30 days for valid and undisputed invoices, each Call-Off Contract will outline the procedures for submitting invoices and resolving any disputes that may arise.

Description of risks to contract performance

• Value of the open framework e.g. increase in government funding

• Number of suppliers within the market for certain type of appliances or vehicles may reduce

• Imposed mandates from government regarding vehicles specifications

• Risk of access to and/or transport of raw materials and their availability

• Pandemic

• Volatile markets affecting inflation, tariffs, exchange rates etc.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Devon & Somerset Fire & Rescue Authority

  • Public Procurement Organisation Number: PNLD-1131-HTWN

Service Headquarters

Exeter

EX3 0NW

United Kingdom

Region: UKK43 - Devon CC

Organisation type: Public authority - sub-central government