Buyer Name: Devon & Somerset Fire & Rescue Authority
Buyer Address: Service Headquarters, Exeter, UKK43, EX3 0NW, United Kingdom
Contact Email: procurement@dsfire.gov.uk
Buyer Name: Devon & Somerset Fire & Rescue Authority
Buyer Address: Service Headquarters, Exeter, UKK43, EX3 0NW, United Kingdom
Contact Email: procurement@dsfire.gov.uk
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
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/054486-2025
Link Description: Tender notice on Find a Tender
Lot Title: Pumping Appliances
Lot Description: Pumping Appliances GVW more than 3t
Lot 1 Status: active
Lot 1 Value: GBP 900,000,000
Lot 1 Value (Gross): GBP 1,080,000,000
Lot 1 Contract Start: 2026-04-01T00:00:00+01:00
Lot 1 Contract End: 2034-03-31T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Technical Merit and Quality (Question 1 to 4)
Lot 1 Award Criterion (quality): Technical Merit and Quality
Lot 1 Award Criterion (quality): Customer Support
Lot 1 Award Criterion (quality): Delivery
Lot 1 Award Criterion (quality): Social Value
Lot 1 Award Criterion (quality): Social Value - Question 14
Lot 1 Award Criterion (quality): Organisation
Lot 1 Award Criterion (quality): Price
Lot Title: Aerial Appliances
Lot Description: All types of Aerial appliances within the scope of EN 14043, 14044 and 1777
Lot 2 Status: active
Lot 2 Value: GBP 900,000,000
Lot 2 Value (Gross): GBP 1,080,000,000
Lot 2 Contract Start: 2026-04-01T00:00:00+01:00
Lot 2 Contract End: 2034-03-31T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Technical Merit and Quality (Question 1 to 4)
Lot 2 Award Criterion (quality): Technical Merit and Quality
Lot 2 Award Criterion (quality): Customer Support
Lot 2 Award Criterion (quality): Delivery
Lot 2 Award Criterion (quality): Social Value
Lot 2 Award Criterion (quality): Social Value - Question 14
Lot 2 Award Criterion (quality): Organisation
Lot 2 Award Criterion (quality): Price
Lot Title: Small Special Vehicles
Lot Description: Special Vehicles GVW 3.5t or below
Lot 3a Status: active
Lot 3a Value: GBP 900,000,000
Lot 3a Value (Gross): GBP 1,080,000,000
Lot 3a Contract Start: 2026-04-01T00:00:00+01:00
Lot 3a Contract End: 2034-03-31T23:59:59+01:00
Lot 3a SME Suitable: Yes
Lot 3a Award Criterion (quality): Technical Merit and Quality (Question 1 to 4)
Lot 3a Award Criterion (quality): Technical Merit and Quality
Lot 3a Award Criterion (quality): Customer Support
Lot 3a Award Criterion (quality): Delivery
Lot 3a Award Criterion (quality): Social Value
Lot 3a Award Criterion (quality): Social Value - Question 14
Lot 3a Award Criterion (quality): Organisation
Lot 3a Award Criterion (quality): Price
Lot Title: Medium Special Vehicles
Lot Description: Special Vehicles GVW of more than 3.5t and less than 7.5t
Lot 3b Status: active
Lot 3b Value: GBP 900,000,000
Lot 3b Value (Gross): GBP 1,080,000,000
Lot 3b Contract Start: 2026-04-01T00:00:00+01:00
Lot 3b Contract End: 2034-03-31T23:59:59+01:00
Lot 3b SME Suitable: Yes
Lot 3b Award Criterion (quality): Technical Merit and Quality (Question 1 to 4)
Lot 3b Award Criterion (quality): Technical Merit and Quality
Lot 3b Award Criterion (quality): Customer Support
Lot 3b Award Criterion (quality): Delivery
Lot 3b Award Criterion (quality): Social Value
Lot 3b Award Criterion (quality): Social Value - Question 14
Lot 3b Award Criterion (quality): Organisation
Lot 3b Award Criterion (quality): Price
Lot Title: Large Special Vehicles
Lot Description: Special Vehicles GVW of more than 7.5t
Lot 3c Status: active
Lot 3c Value: GBP 900,000,000
Lot 3c Value (Gross): GBP 1,080,000,000
Lot 3c Contract Start: 2026-04-01T00:00:00+01:00
Lot 3c Contract End: 2034-03-31T23:59:59+01:00
Lot 3c SME Suitable: Yes
Lot 3c Award Criterion (quality): Technical Merit and Quality (Question 1 to 4)
Lot 3c Award Criterion (quality): Technical Merit and Quality
Lot 3c Award Criterion (quality): Customer Support
Lot 3c Award Criterion (quality): Delivery
Lot 3c Award Criterion (quality): Social Value
Lot 3c Award Criterion (quality): Social Value - Question 14
Lot 3c Award Criterion (quality): Organisation
Lot 3c Award Criterion (quality): Price
Lot Title: Vehicle Disposal
Lot Description: Disposal of Emergency Response Vehicles
Lot 4 Status: active
Lot 4 Value: GBP 900,000,000
Lot 4 Value (Gross): GBP 1,080,000,000
Lot 4 Contract Start: 2026-04-01T00:00:00+01:00
Lot 4 Contract End: 2034-03-31T23:59:59+01:00
Lot 4 SME Suitable: Yes
Lot 4 Award Criterion (quality): Awarded a place on another lot
Lot 4 Award Criterion (quality): Disposal - for lot 4 only
Lot 4 Award Criterion (quality): Disposal - Question 20 only
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PNLD-1131-HTWN",
"name": "Devon \u0026 Somerset Fire \u0026 Rescue Authority"
},
"date": "2025-09-08T08:47:27+01:00",
"id": "054486-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-050deb",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Exeter",
"postalCode": "EX3 0NW",
"region": "UKK43",
"streetAddress": "Service Headquarters"
},
"contactPoint": {
"email": "procurement@dsfire.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PNLD-1131-HTWN",
"identifier": {
"id": "PNLD-1131-HTWN",
"scheme": "GB-PPON"
},
"name": "Devon \u0026 Somerset Fire \u0026 Rescue Authority",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-03-05T23:59:59Z"
},
"contractTerms": {
"financialTerms": "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": "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. \nThe 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.\nThe requirements for each lot have been developed by NFCC TOG. \nThe contract location will depend upon the call-off contracts awarded by the Contracting Authorities. \nThe NFCC Emergency Response Vehicle Framework will be an open framework for a period of 8 years. No extensions will be available. \nNo maximum number of suppliers per lot has been applied. \nSuppliers 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:\nhttps://sell2.in-tend.co.uk/blpd/home\nThe e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: \nhttps://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-09-08T08:47:27+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "054486-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/054486-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-11-18T12:00:00Z"
},
"id": "DS478-24",
"items": [
{
"additionalClassifications": [
{
"description": "Emergency vehicles",
"id": "34114100",
"scheme": "CPV"
},
{
"description": "Rescue vehicles",
"id": "34114110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
},
{
"country": "GG",
"countryName": "Guernsey",
"region": "GG"
},
{
"country": "IM",
"countryName": "Isle of Man",
"region": "IM"
},
{
"country": "JE",
"countryName": "Jersey",
"region": "JE"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Emergency vehicles",
"id": "34114100",
"scheme": "CPV"
},
{
"description": "Rescue vehicles",
"id": "34114110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
},
{
"country": "GG",
"countryName": "Guernsey",
"region": "GG"
},
{
"country": "IM",
"countryName": "Isle of Man",
"region": "IM"
},
{
"country": "JE",
"countryName": "Jersey",
"region": "JE"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Emergency vehicles",
"id": "34114100",
"scheme": "CPV"
},
{
"description": "Rescue vehicles",
"id": "34114110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
},
{
"country": "GG",
"countryName": "Guernsey",
"region": "GG"
},
{
"country": "IM",
"countryName": "Isle of Man",
"region": "IM"
},
{
"country": "JE",
"countryName": "Jersey",
"region": "JE"
}
],
"id": "3a",
"relatedLot": "3a"
},
{
"additionalClassifications": [
{
"description": "Emergency vehicles",
"id": "34114100",
"scheme": "CPV"
},
{
"description": "Rescue vehicles",
"id": "34114110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
},
{
"country": "GG",
"countryName": "Guernsey",
"region": "GG"
},
{
"country": "IM",
"countryName": "Isle of Man",
"region": "IM"
},
{
"country": "JE",
"countryName": "Jersey",
"region": "JE"
}
],
"id": "3b",
"relatedLot": "3b"
},
{
"additionalClassifications": [
{
"description": "Emergency vehicles",
"id": "34114100",
"scheme": "CPV"
},
{
"description": "Rescue vehicles",
"id": "34114110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
},
{
"country": "GG",
"countryName": "Guernsey",
"region": "GG"
},
{
"country": "IM",
"countryName": "Isle of Man",
"region": "IM"
},
{
"country": "JE",
"countryName": "Jersey",
"region": "JE"
}
],
"id": "3c",
"relatedLot": "3c"
},
{
"additionalClassifications": [
{
"description": "Road transport services",
"id": "60100000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
},
{
"country": "GG",
"countryName": "Guernsey",
"region": "GG"
},
{
"country": "IM",
"countryName": "Isle of Man",
"region": "IM"
},
{
"country": "JE",
"countryName": "Jersey",
"region": "JE"
}
],
"id": "4",
"relatedLot": "4"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Pass / Fail",
"name": "Technical Merit and Quality (Question 1 to 4)",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Technical Merit and Quality",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Customer Support",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Delivery",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Social Value",
"type": "quality"
},
{
"description": "Pass / Fail",
"name": "Social Value - Question 14",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Organisation",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Price",
"type": "quality"
}
],
"weightingDescription": "Each criterion will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender."
},
"contractPeriod": {
"endDate": "2034-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "Pumping Appliances GVW more than 3t",
"id": "1",
"status": "active",
"suitability": {
"sme": true
},
"title": "Pumping Appliances",
"value": {
"amount": 900000000,
"amountGross": 1080000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pass / Fail",
"name": "Technical Merit and Quality (Question 1 to 4)",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Technical Merit and Quality",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Customer Support",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Delivery",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Social Value",
"type": "quality"
},
{
"description": "Pass / Fail",
"name": "Social Value - Question 14",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Organisation",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Price",
"type": "quality"
}
],
"weightingDescription": "Each criterion will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender."
},
"contractPeriod": {
"endDate": "2034-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "All types of Aerial appliances within the scope of EN 14043, 14044 and 1777",
"id": "2",
"status": "active",
"suitability": {
"sme": true
},
"title": "Aerial Appliances",
"value": {
"amount": 900000000,
"amountGross": 1080000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pass / Fail",
"name": "Technical Merit and Quality (Question 1 to 4)",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Technical Merit and Quality",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Customer Support",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Delivery",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Social Value",
"type": "quality"
},
{
"description": "Pass / Fail",
"name": "Social Value - Question 14",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Organisation",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Price",
"type": "quality"
}
],
"weightingDescription": "Each criteria will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender."
},
"contractPeriod": {
"endDate": "2034-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "Special Vehicles GVW 3.5t or below",
"id": "3a",
"status": "active",
"suitability": {
"sme": true
},
"title": "Small Special Vehicles",
"value": {
"amount": 900000000,
"amountGross": 1080000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pass / Fail",
"name": "Technical Merit and Quality (Question 1 to 4)",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Technical Merit and Quality",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Customer Support",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Delivery",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Social Value",
"type": "quality"
},
{
"description": "Pass / Fail",
"name": "Social Value - Question 14",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Organisation",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Price",
"type": "quality"
}
],
"weightingDescription": "Each criterion will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender."
},
"contractPeriod": {
"endDate": "2034-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "Special Vehicles GVW of more than 3.5t and less than 7.5t",
"id": "3b",
"status": "active",
"suitability": {
"sme": true
},
"title": "Medium Special Vehicles",
"value": {
"amount": 900000000,
"amountGross": 1080000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pass / Fail",
"name": "Technical Merit and Quality (Question 1 to 4)",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Technical Merit and Quality",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Customer Support",
"type": "quality"
},
{
"description": "Weighted 25% and scored",
"name": "Delivery",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Social Value",
"type": "quality"
},
{
"description": "Pass / Fail",
"name": "Social Value - Question 14",
"type": "quality"
},
{
"description": "Weighted 15% and scored",
"name": "Organisation",
"type": "quality"
},
{
"description": "Weighted 10% and scored",
"name": "Price",
"type": "quality"
}
],
"weightingDescription": "Each criterion will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender."
},
"contractPeriod": {
"endDate": "2034-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "Special Vehicles GVW of more than 7.5t",
"id": "3c",
"status": "active",
"suitability": {
"sme": true
},
"title": "Large Special Vehicles",
"value": {
"amount": 900000000,
"amountGross": 1080000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"description": "Pass / Fail",
"name": "Awarded a place on another lot",
"type": "quality"
},
{
"description": "Weighted 100% and scored",
"name": "Disposal - for lot 4 only",
"type": "quality"
},
{
"description": "Pass / Fail",
"name": "Disposal - Question 20 only",
"type": "quality"
}
],
"weightingDescription": "Each criterion will either be pass/fail or weighted and scored. Further details are included within the Invitation to Tender."
},
"contractPeriod": {
"endDate": "2034-03-31T23:59:59+01:00",
"startDate": "2026-04-01T00:00:00+01:00"
},
"description": "Disposal of Emergency Response Vehicles",
"id": "4",
"status": "active",
"suitability": {
"sme": true
},
"title": "Vehicle Disposal",
"value": {
"amount": 900000000,
"amountGross": 1080000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"participationFees": [
{
"description": "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.\nThe rebate applied will be 0.1% to each Call-Off Contract. \nThe rebate will be fixed for the duration of the Open Framework. \nThe rebate will be applied to the Call-Off Contract\u0027s 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.",
"id": "ocds-h6vhtk-050deb",
"relativeValue": {
"monetaryValue": "award",
"proportion": 0.001
},
"type": [
"win"
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"riskDetails": "\u2022\tValue of the open framework e.g. increase in government funding \n\u2022\tNumber of suppliers within the market for certain type of appliances or vehicles may reduce \n\u2022\tImposed mandates from government regarding vehicles specifications\n\u2022\tRisk of access to and/or transport of raw materials and their availability \n\u2022\tPandemic \n\u2022\tVolatile markets affecting inflation, tariffs, exchange rates etc.",
"status": "active",
"submissionMethodDetails": "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:\nhttps://sell2.in-tend.co.uk/blpd/home\nThe e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: \nhttps://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"buyerCategories": "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: \n\u2022 All Fire and Rescue Services (FRS) within the United Kingdom (including those in Crown Dependencies) \n\u2022 The Defence Fire Risk Management Organisation \n\u2022The Home Office \n\u2022 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. \n\u2022All Police Forces within the United Kingdom, Scotland and Northern Ireland \n\u2022NHS Bodies England \n\u2022Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies.\n\u2022Lease/Finance Providers procuring vehicles which are utilised by any of the above organisations will also have access to the Open Framework. \n\u2022 UK Airports that are wholly or partially owned by Local Authorities and/or Councils.",
"description": "1.\tThis Open Framework Invitation to tender is for Emergency Response Vehicles including Pumping Appliances, Aerial Appliances, Special Vehicles and Vehicle Disposal. \n2.\tThe 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.\n3.\tThe estimated value of this Open Framework is \u00a3900,000,000 excluding VAT. \n4.\tA 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. \n5.\tOpening and operation of the Framework:\n5.1\tThe Authority intends to re-open the Framework at the following points:\n\u2022\tOnce during the period of 3 years from award of the first Framework under this scheme, and\n\u2022\tWithin a period of 2 years beginning on the award of the second Framework scheme. \n5.2\tThe 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. \n5.3\tThe 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). \n5.4\tThere will be no limit on the number of Suppliers that can be party to each of the Frameworks in the scheme. \n5.5\tFor Lot 4 only, the Supplier must be awarded on one of the other lots to be able to be awarded on lot 4. \n5.6\tWhenever 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. \n5.7\tAt 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. \n5.8\tDuring 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:\n5.8.1\tThe 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\n5.8.2\tA 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 \n5.8.3\tA 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. \n5.9\tExisting Supplier can choose not to join the new Framework. \n5.10 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.\n5.11 Full instructions will be provided at the point of re-opening the Framework. \n5.12 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. \n6.\tHow prices are determined:\nPrices are determined on a competitive basis during the Further Competition for each project. \n7.\tSelection process for award of contracts:\nFramework Suppliers will be selected based on the assessment using the criteria set out in the Invitation to Tender. \n8.\tSelection criteria for Further Competitions:\nAssessment 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:\nFor Lot 1 to 3c only:\n\u2022\tPrice - 0 to 100%\n\u2022\tTechnical Merit and Quality - 0 to 100%\n\u2022\tCustomer Support - 0 to 100%\n\u2022\tDelivery - 0 to 100%\n\u2022\tSocial Value - 0 to 100%\n\u2022\tOrganisation - 0 to 100%\nFor Lot 4 only:\n\u2022\tPrice - 0 to 100%\n\u2022\tVehicle Disposal - 0 to 100%\nAll assessment criteria must total 100%. The scoring methodology is included within the Further Competition Invitation to Tender.",
"isOpenFrameworkScheme": true,
"method": "withReopeningCompetition",
"openFrameworkSchemeEndDate": "2034-03-31T23:59:59+01:00",
"type": "open"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2025-12-05T12:00:00Z"
},
"title": "DS478-24 NFCC Emergency Response Vehicle Framework",
"value": {
"amount": 900000000,
"amountGross": 1080000000,
"currency": "GBP"
}
}
}