Award

DS504-25 NFCC Framework for Respiratory Protective Equipment, associated equipment and services

  • Devon & Somerset Fire & Rescue Authority

UK6: Contract award notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-081377

Procurement identifier (OCID): ocds-h6vhtk-056420 (view related notices)

Published 10 December 2025, 11:09am



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 has led a procurement project to replace the existing Framework for Respiratory Protective Equipment, associated equipment and services.

The new framework will enable named Contracting Authorities to procure Respiratory Protective Equipment, associated equipment and services.

The Framework has been split into Lots:

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 Self-contained breathing apparatus, with ancillaries

The Framework is 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 was applied.

Commercial tool

Establishes a framework


Lot 1. Lot 1

Description

Self-contained breathing apparatus, with ancillaries


Lot 2. Lot 2

Description

Cylinders with ancillaries


Lot 3. Lot 3

Description

Integrated Communications Systems


Lot 4. Lot 4

Description

Telemetry


Lot 5. Lot 5

Description

Maintenance services


Lot 6. Lot 6

Description

Parts, spares and consumables


Lot 7. Lot 7

Description

Other respiratory protective equipment and services


Contract 1. Lot 1 Self-contained breathing apparatus with ancillaries

Lots

Lot 1. Lot 1

Suppliers (3)

Contract value

  • £36,000,000 excluding VAT
  • £43,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

5 December 2025

Date assessment summaries were sent to tenderers

8 December 2025

Standstill period

  • End: 19 December 2025
  • 8 working days

Earliest date the contract will be signed

7 January 2026

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

CPV classifications

  • 35111100 - Breathing apparatus for firefighting
  • 37412241 - Breathing apparatus for diving

Contract locations

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

Contract 2. Cylinders with ancillaries

Lots

Lot 2. Lot 2

Suppliers (3)

Contract value

  • £24,000,000 excluding VAT
  • £28,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

5 December 2025

Date assessment summaries were sent to tenderers

8 December 2025

Standstill period

  • End: 19 December 2025
  • 8 working days

Earliest date the contract will be signed

7 January 2026

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

CPV classifications

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 44611110 - Compressed-air cylinders
  • 44611200 - Breathing apparatus

Contract locations

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

Contract 3. Integrated Communication Systems

Lots

Lot 3. Lot 3

Suppliers (3)

Contract value

  • £18,300,000 excluding VAT
  • £22,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

5 December 2025

Date assessment summaries were sent to tenderers

8 December 2025

Standstill period

  • End: 19 December 2025
  • 8 working days

Earliest date the contract will be signed

7 January 2026

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

CPV classifications

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 35000000 - Security, fire-fighting, police and defence equipment

Contract locations

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

Contract 4. Telemetry

Lots

Lot 4. Lot 4

Suppliers (3)

Contract value

  • £24,100,000 excluding VAT
  • £29,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

5 December 2025

Date assessment summaries were sent to tenderers

8 December 2025

Standstill period

  • End: 19 December 2025
  • 8 working days

Earliest date the contract will be signed

7 January 2026

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

CPV classifications

  • 32440000 - Telemetry and terminal equipment
  • 32580000 - Data equipment
  • 35000000 - Security, fire-fighting, police and defence equipment

Contract locations

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

Contract 5. Maintenance Services

Lots

Lot 5. Lot 5

Suppliers (3)

Contract value

  • £2,160,000 excluding VAT
  • £2,600,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

5 December 2025

Date assessment summaries were sent to tenderers

8 December 2025

Standstill period

  • End: 19 December 2025
  • 8 working days

Earliest date the contract will be signed

7 January 2026

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

Services

CPV classifications

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 50000000 - Repair and maintenance services

Contract locations

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

Contract 6. Parts, spares and consumables

Lots

Lot 6. Lot 6

Suppliers (3)

Contract value

  • £6,700,000 excluding VAT
  • £8,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

5 December 2025

Date assessment summaries were sent to tenderers

8 December 2025

Standstill period

  • End: 19 December 2025
  • 8 working days

Earliest date the contract will be signed

7 January 2026

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

CPV classifications

  • 35000000 - Security, fire-fighting, police and defence equipment

Contract locations

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

Contract 7. Other Respiratory protective equipment and services

Lots

Lot 7. Lot 7

Suppliers (4)

Contract value

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

5 December 2025

Date assessment summaries were sent to tenderers

8 December 2025

Standstill period

  • End: 19 December 2025
  • 8 working days

Earliest date the contract will be signed

7 January 2026

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

CPV classifications

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 37412241 - Breathing apparatus for diving

Contract locations

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

Information about tenders

Lot 1. Lot 1

  • 3 tenders received
  • 3 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 3 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 2. Lot 2

  • 3 tenders received
  • 3 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 3 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 3. Lot 3

  • 3 tenders received
  • 3 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 3 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 4. Lot 4

  • 3 tenders received
  • 3 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 3 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 5. Lot 5

  • 3 tenders received
  • 3 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 3 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 6. Lot 6

  • 3 tenders received
  • 3 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 3 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Lot 7. Lot 7

  • 4 tenders received
  • 4 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 4 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Procedure

Procedure type

Open procedure


Suppliers

ARCO LIMITED

  • Companies House: 00133804
  • Public Procurement Organisation Number: PWTT-5519-WWTJ

1 Blackfriargate

Hull

HU1 1BH

United Kingdom

Region: UKE11 - Kingston upon Hull, City of

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 7. Other Respiratory protective equipment and services

DRAEGER SAFETY UK LTD

  • Companies House: 00777464
  • Public Procurement Organisation Number: PLWQ-6741-GYHN

Draeger Safety UK Limited

Ullswater Close, Blyth Riverside Business Park, Blyth

NE24 4RG

United Kingdom

Region: UKC21 - Northumberland

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Associated people/organisations:

AUK (RPE) Ltd

Unit 2P Admiral Business Park

Nelson Way

Cramlington

Northumberland

NE23 1WG

Specialist Remediation Solutions Ltd

Unit C,

Rear of 29 Station Road,

Desborough

Kettering

NN14 2RL

Contract 1. Lot 1 Self-contained breathing apparatus with ancillaries

Contract 2. Cylinders with ancillaries

Contract 3. Integrated Communication Systems

Contract 4. Telemetry

Contract 5. Maintenance Services

Contract 6. Parts, spares and consumables

Contract 7. Other Respiratory protective equipment and services

Interspiro Limited

  • Companies House: n1194705
  • Public Procurement Organisation Number: PMJG-5413-GZQY

7 Hawksworth Road, Central Park

Telford

TF2 9TU

United Kingdom

Region: UKG21 - Telford and Wrekin

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Associated people/organisations:

AUK (RPE) Ltd

Unit 2P Admiral Business Park

Nelson Way

Cramlington

NE23 1WG

Wellington Insulation Co Ltd

Unit B2, Halesfield 21

Telford

Shropshire

TF7 4NX

Contract 1. Lot 1 Self-contained breathing apparatus with ancillaries

Contract 2. Cylinders with ancillaries

Contract 3. Integrated Communication Systems

Contract 4. Telemetry

Contract 5. Maintenance Services

Contract 6. Parts, spares and consumables

Contract 7. Other Respiratory protective equipment and services

MSA (BRITAIN) LIMITED

  • Companies House: 00437745
  • Public Procurement Organisation Number: PPLL-7589-YQTG

Unit 9 Beeches Industrial Estate

Yate

BS37 5QT

United Kingdom

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Associated people/organisations:

Cylinder Testing and Sales (UK) Ltd

16 Bridge Industrial Estate

Speke Hall Road

Liverpool

L24 9HB

Hygiene Pro Clean Ltd

Unit C Hunter Terrace

Fletchworth Gate Industrial Estate

Coventry

CV5 6SP

Contract 1. Lot 1 Self-contained breathing apparatus with ancillaries

Contract 2. Cylinders with ancillaries

Contract 3. Integrated Communication Systems

Contract 4. Telemetry

Contract 5. Maintenance Services

Contract 6. Parts, spares and consumables

Contract 7. Other Respiratory protective equipment and services


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

Telephone: +441392872525

Email: procurement@dsfire.gov.uk

Website: https://www.dsfire.gov.uk/

Region: UKK43 - Devon CC

Organisation type: Public authority - sub-central government