← Back to opportunities

NFCC National Firefighter PPE - Lot 1 (Managed Service)

Kent and Medway Towns Fire and Rescue Authority

Buyer Contact Info

Buyer Name: Kent and Medway Towns Fire and Rescue Authority

Buyer Address: The Godlands, Straw Mill Hill, Tovil, Maidstone, UKJ45, ME15 6XB, United Kingdom

Contact Name: Miss Sarah Walsh

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

Contact Telephone: 01622692121

Status
active
Procedure
open
Value
529358897.9 GBP
Gross: 529358897.9 GBP
Published
30 Jul 2025, 15:05
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
18100000 - Occupational clothing, special workwear and accessories
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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=969677839

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/044420-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value (Gross): GBP 529,358,897.90

Lot 1 Contract Start: 2026-04-01T00:00:00+01:00

Lot 1 Contract End: 2034-03-29T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (price): Quality (70%)

Lot 1 Award Criterion (price): Price (30%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PCTX-8834-ZQLL",
    "name": "Kent and Medway Towns Fire and Rescue Authority"
  },
  "date": "2025-07-30T16:05:30+01:00",
  "id": "044420-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-056149",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Maidstone",
        "postalCode": "ME15 6XB",
        "region": "UKJ45",
        "streetAddress": "The Godlands, Straw Mill Hill, Tovil"
      },
      "contactPoint": {
        "email": "Sarah.Walsh@kent.fire-uk.org",
        "name": "Miss Sarah Walsh",
        "telephone": "01622692121"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PCTX-8834-ZQLL",
      "identifier": {
        "id": "PCTX-8834-ZQLL",
        "scheme": "GB-PPON"
      },
      "name": "Kent and Medway Towns Fire and Rescue Authority",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "additionalProcurementCategories": [
      "goods"
    ],
    "awardPeriod": {
      "endDate": "2026-04-01T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "All Participating Authorities must pay suppliers within 30 days of a valid and undisputed invoice being received. \nAll Bidders must pay their Supply chain and/or Sub-contractors within 30 days payment terms where of a valid and undisputed invoice being received."
    },
    "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 \u0027Lot 1 (Managed Services)\u0027. \nThe 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. \n\u0027Lot 1 (Managed Services)\u0027 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. \nThis 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.  \nIt is intended that up to 3 successful suppliers will each be awarded a Framework Agreement (subject to the Contracting Authority\u0027s 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.  \nThe Contracting Authority reserves the right to charge a levy to the successful suppliers as set out within the draft ITT. \nWhere 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.\nAccess Code to PSQ - FAJDDJ6886\nTo view this notice, please click here: \nhttps://www.delta-esourcing.com/delta/viewNotice.html?noticeId=969677839",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-07-30T16:05:30+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "044420-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/044420-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-11T12:00:00+01:00"
    },
    "expressionOfInterestDeadline": "2025-08-12T12:00:00+01:00",
    "id": "C25038",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Occupational clothing, special workwear and accessories",
            "id": "18100000",
            "scheme": "CPV"
          },
          {
            "description": "Occupational clothing",
            "id": "18110000",
            "scheme": "CPV"
          },
          {
            "description": "Industrial clothing",
            "id": "18113000",
            "scheme": "CPV"
          },
          {
            "description": "Weatherproof clothing",
            "id": "18220000",
            "scheme": "CPV"
          },
          {
            "description": "Waterproof clothing",
            "id": "18221000",
            "scheme": "CPV"
          },
          {
            "description": "Clothing made of coated or impregnated textile fabrics",
            "id": "18224000",
            "scheme": "CPV"
          },
          {
            "description": "Special clothing and accessories",
            "id": "18400000",
            "scheme": "CPV"
          },
          {
            "description": "Special clothing",
            "id": "18410000",
            "scheme": "CPV"
          },
          {
            "description": "Laundry bags",
            "id": "18935000",
            "scheme": "CPV"
          },
          {
            "description": "Security, fire-fighting, police and defence equipment",
            "id": "35000000",
            "scheme": "CPV"
          },
          {
            "description": "Firefighting, rescue and safety equipment",
            "id": "35110000",
            "scheme": "CPV"
          },
          {
            "description": "Firefighting equipment",
            "id": "35111000",
            "scheme": "CPV"
          },
          {
            "description": "Protective and safety clothing",
            "id": "35113400",
            "scheme": "CPV"
          },
          {
            "description": "Fire-brigade uniforms",
            "id": "35811100",
            "scheme": "CPV"
          },
          {
            "description": "Laundry supplies",
            "id": "39291000",
            "scheme": "CPV"
          },
          {
            "description": "Laundry-collection services",
            "id": "98311000",
            "scheme": "CPV"
          },
          {
            "description": "Laundry-management services",
            "id": "98311100",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKE1"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKM9"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKM8"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKM7"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL14"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKC"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKD"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKG"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKF"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKH"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKJ"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKM"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKM5"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL2"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL1"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKN0"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Quality",
              "numbers": [
                {
                  "number": 70,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            },
            {
              "name": "Price",
              "numbers": [
                {
                  "number": 30,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2034-03-29T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "id": "1",
        "selectionCriteria": {
          "criteria": [
            {
              "description": "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.",
              "type": "economic"
            },
            {
              "description": "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.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amountGross": 529358897.9,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "participationFees": [
      {
        "description": "0",
        "id": "ocds-h6vhtk-056149",
        "type": [
          "win"
        ]
      }
    ],
    "procedure": {
      "features": "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.  \nIt is intended that up to 3 successful suppliers will each be awarded a Framework Agreement (subject to the Contracting Authority\u0027s 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.  \nThe Contracting Authority reserves the right to charge a levy to the successful suppliers as set out within the draft ITT. \nWhere 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."
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "submissionMethodDetails": "https://www.delta-esourcing.com/respond/FAJDDJ6886",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "All UK Fire and Rescue Services, other bluelight agencies and further agencies,  as set out with the PSQ Annex 2",
        "buyerLocationRestrictions": [
          {
            "gazetteer": {
              "identifiers": [
                "UKM9"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKM8"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKM7"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKL14"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKC"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKD"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKG"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKF"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKH"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKK"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKJ"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKM"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKM5"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKL2"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "JE"
              ],
              "scheme": "GB-ITL"
            }
          },
          {
            "gazetteer": {
              "identifiers": [
                "UKL1"
              ],
              "scheme": "GB-ITL"
            }
          }
        ],
        "description": "Pricing is submitted on a basket of goods basis. \nThe Contracting Authority will evaluate quality,technical and pricing responses in order to determine which 3 successful suppliers will be awarded onto the framework . \nFollowing 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.",
        "isOpenFrameworkScheme": true,
        "maximumParticipants": 3,
        "method": "withReopeningCompetition",
        "openFrameworkSchemeEndDate": "2034-03-29T23:59:59+01:00",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "title": "NFCC National Firefighter PPE - Lot 1 (Managed Service)",
    "value": {
      "amountGross": 529358897.9,
      "currency": "GBP"
    }
  }
}