Kent Fire and Rescue Service: NFCC National Firefighter PPE - Lot 8 (Cleaning and Maintenance)

  Kent Fire and Rescue Service has published this notice through Delta eSourcing

Notice Summary
Title: NFCC National Firefighter PPE - Lot 8 (Cleaning and Maintenance)
Notice type: UK4: Tender notice
Authority: Kent Fire and Rescue Service
Nature of contract: Supplies
Procedure: Above threshold - Competitive flexible procedure
Short 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 8 (Cleaning and Maintenance)' 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 8 (Cleaning and Maintenance)' relates to the provision of associated cleaning, repair, servicing and maintenance of Fire Structural PPE, Lightweight Firefighting PPE, as set out within the Specification and Requirement document for this Lot. 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
Published: 17/07/2025 12:15

View Full Notice

UK-Maidstone: Occupational clothing, special workwear and accessories.

Scope


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 8 (Cleaning and Maintenance)'

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 8 (Cleaning and Maintenance)' relates to the provision of associated cleaning, repair, servicing and maintenance of Fire Structural PPE, Lightweight Firefighting PPE, as set out within the Specification and Requirement document for this Lot.

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=966497717

Total value (estimated):


GBP 2,294,401,494.8 including VAT




Description





Contract dates (estimated)
01/04/2026 to 29/03/2034
CPV Classifications:
18100000 - Occupational clothing, special workwear and accessories. 18110000 - Occupational clothing. 18113000 - Industrial clothing. 18224000 - Clothing made of coated or impregnated textile fabrics. 18400000 - Special clothing and accessories. 18410000 - Special clothing. 35000000 - Security, fire-fighting, police and defence equipment. 35110000 - Firefighting, rescue and safety equipment. 35111000 - Firefighting equipment. 35113400 - Protective and safety clothing. 35811100 - Fire-brigade uniforms.
   
Contract can be extended:
No

Extension Date:


Delivery regions:
UKE1 East Yorkshire and Northern Lincolnshire
UKM9 Southern Scotland
UKM8 West Central Scotland
UKM7 Eastern Scotland
UKL14 South West Wales
UKC NORTH EAST (ENGLAND)
UKD NORTH WEST (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKF EAST MIDLANDS (ENGLAND)
UKH EAST OF ENGLAND
UKK SOUTH WEST (ENGLAND)
UKJ SOUTH EAST (ENGLAND)
UKM SCOTLAND
UKL WALES
UKM5 North Eastern Scotland
UKL2 East Wales
UKL1 West Wales and The Valleys
UKN0 Northern Ireland

Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Quality criterion - Name: Price / Weighting: 30

Legal and financial capacity conditions of participation: 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.
Technical ability conditions of participation: 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.    

Submission


Enquiry deadline: 11/08/2025 Time: 12:00Deadline for requests to participate: 12/08/2025 Time: 12:00
Submission address and any special instructions: https://www.delta-esourcing.com/respond/FAJDDJ6886
An electronic auction will be used: No
Languages that may be used for submission: English, Award decision date (estimated): 01/04/2026

Procedure


Procedure type: Competitive flexible procedure

Contracting authority


       Kent and Medway Towns Fire and Rescue Authority, PCTX-8834-ZQLL
       The Godlands, Straw Mill Hill, Tovil, Maidstone, ME15 6XB, United Kingdom
       Tel. 01622692121, Email: Sarah.Walsh@kent.fire-uk.org
       Contact: Miss Sarah Walsh
       Address of the buyer profile: www.kent.fire-uk.org

Organisation type: REGIONAL_AUTHORITY
Devolved regulations that apply: None

View any Notice Addenda

View Award Notice