Scope
Reference
DS504-25
Description
Devon and Somerset Fire and Rescue Service in conjunction with the National Fire Chiefs Council Respiratory Protective Equipment Group (NFCC RPE Group) and the NFCC Procurement Hub is leading a procurement project to replace the existing Framework for Respiratory Protective Equipment, associated equipment and services
The framework will enable Contracting Authorities named on the framework to procure Respiratory Protective Equipment, associated equipment and services.
The detailed requirements have been split into Lots which have been developed with the support of the NFCC RPE Group.
Lot 1 Self-contained breathing apparatus, with ancillaries
Lot 2 Cylinders with ancillaries
Lot 3 Integrated Communications systems
Lot 4 Telemetry
Lot 5 Maintenance services
Lot 6 Provision of consumables, parts and spares
Lot 7 Other respiratory protective equipment and services
The contract location will depend upon the call-off contracts awarded by the Contracting Authorities.
The Framework will be a closed framework for a period of 4 years. Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.
No maximum number of suppliers per lot has been applied.
Full details of the requirements are provided in the tender documents which will be available through the e-tendering portal.
Suppliers who are interested in this opportunity should register on our e-tendering portal where this opportunity will be tendered shortly. 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 a framework
Total value (estimated)
- £135,000,000 excluding VAT
- £162,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 March 2026 to 28 February 2030
- Possible extension to 28 February 2032
- 5 years, 11 months, 28 days
Description of possible extension:
The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.
Substantial changes could include, amongst other things
• new entrants to the market
• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services
• technological advancements that cannot not otherwise covered by the Framework
• changes to the detailed requirements that cannot be otherwise covered by the Framework.
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. Lot 1
Description
Self-contained breathing apparatus, with ancillaries
Lot value (estimated)
- £36,000,000 excluding VAT
- £43,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 35111100 - Breathing apparatus for firefighting
- 37412241 - Breathing apparatus for diving
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. Lot 2
Description
Cylinders with ancillaries
Lot value (estimated)
- £24,000,000 excluding VAT
- £28,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 35000000 - Security, fire-fighting, police and defence equipment
- 44611110 - Compressed-air cylinders
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Lot 3
Description
Integrated Communications Systems
Lot value (estimated)
- £18,300,000 excluding VAT
- £22,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 35000000 - Security, fire-fighting, police and defence equipment
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. Lot 4
Description
Telemetry
Lot value (estimated)
- £24,100,000 excluding VAT
- £29,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 32440000 - Telemetry and terminal equipment
- 32580000 - Data equipment
- 35000000 - Security, fire-fighting, police and defence equipment
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Lot 5
Description
Maintenance services
Lot value (estimated)
- £21,600,000 excluding VAT
- £26,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 35000000 - Security, fire-fighting, police and defence equipment
- 50000000 - Repair and maintenance services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 6. Lot 6
Description
Parts, spares and consumables
Lot value (estimated)
- £6,700,000 excluding VAT
- £8,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 35000000 - Security, fire-fighting, police and defence equipment
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 7. Lot 7
Description
Other respiratory protective equipment and services
Lot value (estimated)
- £5,000,000 excluding VAT
- £6,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 35000000 - Security, fire-fighting, police and defence equipment
- 37412241 - Breathing apparatus for diving
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0.5%
Further information about fees
The National Fire Chief Council (NFCC) Council has agreed to the use of small levies for national costs. The rebate collected from this Framework 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 0.5% on all official purchase orders for goods or services raised by contracting authorities resulting from the Framework.
The level of the rebate will be fixed for the duration of the Framework.
Suppliers shall pass on the rebates quarterly, providing sufficient management information and evidence, as may be required by Devon and Somerset Fire and Rescue Service, to support the calculation.
Justification for framework term over 4 years
The market for respiratory protective equipment is stable. The liklihood of new suppliers entering the UK market who have the capability and products to meet the UK specific detailed requirements and UK specific Standards is extremely low.
Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.
Substantial changes could include, amongst other things
• new entrants to the market
• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services
• technological advancements that cannot not otherwise covered by the Framework
• changes to the detailed requirements that cannot be otherwise covered by the Framework.
Framework operation description
The Framework is a contract between Devon and Somerset Fire and Rescue Authority and one or more suppliers to provide for the future award of call-off contracts by a Contracting Authority to the supplier or suppliers.
Catalogues and catalogue technical refresh
a. Suppliers shall provide catalogues of Goods and services which meet the requirements for the lot or lots that they have bid for.
b. The catalogues of Goods and services accepted onto the Framework will be subject to periodic technical refresh.
c. Suppliers may request a technical refresh as and when such Goods are upgraded; enhanced; subject to technological improvement; tested; compliant with the relevant Standard and are commercially available for purchase on the open market.
d. Inclusion of Goods and services on the Framework for technical refresh will be by agreement of the Supervising Officer, which shall not be unreasonably withheld. Suppliers shall provide the Supervising Officer with a minimum of four (4) weeks' notice of a request for a technical refresh and provide updated pricing schedule, technical data sheets, copies of certification and any other relevant documentation required by the Supervising Officer at the time of request.
e. Contracting authorities shall only consider Goods and services where the Supervising Officer has confirmed that they have been accepted onto the Framework by the original deadline for responses stated in the further competition documentation or request for quotation. Any extensions to the deadline for responses shall not apply.
How prices are determined:
Framework
a. Prices shall be fixed and firm for the first twelve months of the Framework. Prices shall be subject to review annually thereafter, in line with the Consumer Price Index and agreed between the Authority and the supplier.
b. Any request for increase in prices in the Framework shall be subject to three months' notice in writing, and a demonstration of additional costs incurred by the supplier. No price increase will be accepted unless agreed in writing by the Authority.
c. Prices tendered on the Framework shall be the maximum price that can be charged to contracting authorities. Suppliers may offer, at their discretion, a discount on the Framework pricing to contracting authorities when forming a Call-off Contract.
Call-off contract
a. Prices shall be fixed and firm for the first twelve months of any Call-off Contract. Prices shall be subject to review annually thereafter, in line with the Consumer Price Index and agreed between the contracting authority and the supplier.
b. Any request for increase in prices in the Call-off Contract shall be subject to three months' notice in writing, and a demonstration of additional costs incurred by the supplier. No price increase will be accepted unless agreed in writing by the contracting authority.
c. Costs of delivery and packaging, including Dangerous Goods Freight and Customs Handling fees shall be included in the price of the Goods and services.
Assessment process for award to the Framework:
Detailed assessment criteria for appointment to the Framework are set out in the ITT.
Framework Suppliers will be awarded inclusion on the Framework based on the assessment using the criteria set out in the Invitation to Tender.
Assessment 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
Award criteria Weightings
Price - cost effectiveness (including whole life costs) *** 0% - 100%
Technical Merit and Quality
(assessment of tender response) 0% - 100%
Technical Merit and Quality
(compatibility, performance and functionality through practical functionality assessment) 0% - 100%
After-sales services and support 0% - 100%
Social value 0% - 100%
All assessment criteria must total 100%.
Contracting Authorities will have the option to calculate the final score on a price per quality point basis.
The ordering procedures and guidance on direct award and further competitions are included in the ITT.
Templates for contracting authorities to use for further competitions will be developed prior to the commencement of the Framework.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The full list of Contracting Authorities who are able to use the Framework are included within the ITT. The following list is a high-level overview:
• All Fire and Rescue Services (FRS) within the United Kingdom
• Defence Fire Risk Management Organisation
• Home Office
• Police Forces within the United Kingdom, Scotland and Northern Ireland
• NHS Bodies England and Foundation Trusts
• British Crown dependencies - Channel Islands and Isle of Man
• Public bodies
o NHS Wales
o Northern Ireland Public Sector Bodies and Local Authorities
o Highways Agency
o UK Border Force
o MOPAC
o City of London Police
o Greater Manchester Combined Authority
o British Transport Police
o Civil Nuclear Constabulary Civil Nuclear Constabulary
o HM Prison Service
o Maritime and Coastguard Agency
• Nominated agents; suppliers or organisations, who are the acting agent on behalf of any of the above-named contracting authorities will also have access to the Framework
Participation
Particular suitability
Lot 1. Lot 1
Lot 2. Lot 2
Lot 3. Lot 3
Lot 4. Lot 4
Lot 5. Lot 5
Lot 6. Lot 6
Lot 7. Lot 7
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
3 November 2025, 10:00pm
Tender submission deadline
7 November 2025, 10:00am
Submission address and any special instructions
Suppliers who are interested in this opportunity must register on our e-tendering portal and register against the Devon & Somerset Fire and Rescue Service domain where this opportunity will be tendered shortly. 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)
3 December 2025
Award criteria
Name | Description | Type |
---|---|---|
Technical merit and quality | Pass / fail |
Quality |
After-sales services and support | Pass/fail |
Quality |
Social value | Pass / fail |
Quality |
Price | Pass /fail |
Quality |
Weighting description
Each criterion will be assessed as pass or fail. Full details are included in 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
Risks to contract performance
a) Increase in value of the Framework e.g. increase in government funding
b) Imposed mandates from government regarding equipment specifications
c) Changes in legislation or Standards
d) Risk of access to and/or transport of raw materials and their availability
e) Pandemic
f) Political, social or economic impacts on markets affecting inflation, tariffs, exchange rates etc.
g) Technological advancements, by way of example and not limited to digital and data systems supporting breathing apparatus use and management including remote monitoring, asset management, breathing apparatus command; Cloud based systems; physiological monitoring.
Applicable trade agreements
- Government Procurement Agreement (GPA)
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
Contact name: Louise Doherty
Email: procurement@dsfire.gov.uk
Region: UKK43 - Devon CC
Organisation type: Public authority - sub-central government