BACKGROUND TO REQUIREMENT/OVERVIEW OF REQUIREMENT
The Authority is looking at rationalising its mixed estate of data and voice & data SIMS into one manageable contract with a single provider, with the additional option to purchase further SIM cards over the coming years.
The Authority also has a number of SIM cards active on our Mobile Device Terminals within our fire appliances and requires these SIMs to be replaced with unsteered Multi-SIMs. The Authority will require the option to purchase additional Multi-SIMs throughout the life of the contract to accommodate increases in the number of Mobile Device Terminals.
Conversion of 2 Iveco Daily chassis cabs to be used by our Urban Search and Rescue team. The conversion includes a box body construction, internal equipment stowage, electrical and lighting systems and installation of an mobile data terminal.
Kent and Medway Towns Fire Authority (The Authority) are looking to appoint a supplier for the delivery of Fire Safety Training, covering the following courses;
Level 3 Certificate in Fire Safety
Level 4 Certificate in Fire Safety
Level 4 Diploma in Fire Safety
The Authority has a requirement for an uncrewed ground-based vehicle (UGV) with firefighting capability. Following the development of smaller UGV's significant market analysis has been undertaken to identify UGVs and their associated suppliers that fit this requirement. Three such products exist on the marketplace:
• The Avenger supplied by ICP NewTech
• The Rhyno supplied by Angloco. (Distributor for Shark Robotics)
• The Rosenbaurer Technical Equipment (RTE) supplied by Rosenbauer.
Supplier engagement has been undertaken with all three suppliers to understand their product and suitability for inclusion within KFRS. During supplier engagement sessions Rosenbauer indicated that they had already moved into a partnership trial with another Fire and Rescue Service and as such felt that they would not be willing to supply to KFRS with the RTE at this juncture.
An assessment of the capabilities verses KFRS requirements has been undertaken (the RTE from Rosenbauer was included for completeness and reference) and is attached to this SSP. The Avenger from ICP NewTech scored the highest in this assessment and is therefore proposed to be the sole supplier of this capability.
Following the initial supplier engagement events the Authority assessed the skills and competency of ICP NewTech to understand their capabilities. The outcomes of this engagement are described below:
ICP NewTech demonstrated they can meet the Authorities qualification requirement of:
Proven experience: a track record of successful delivery of numerous UGVs in many different countries and within the UK. These have been primarily in the field mitigation on improvised explosive devices and the disposal and rendering safe of conventional munitions.
Expertise: demonstrated expertise the field of robotics and UGVs.
Ability to transfer knowledge of other projects into understanding Fire Service operations and issues: showed a good level of understanding of FRS needs and operations however were cognisant of the fact that the current product has been designed with limited FRS input. As such they are keen to work with KFRS in a developmental partnership.
Compliance knowledge: understood compliance reequipments.
Collaboration skills: a demonstrated track record of working with multiple partners in various security and military fields across the world. Currently involved with partnership working with Ireland FRSs, which we will be able to be involved this relationship and share our outcomes and learn from our Irish FRS colleagues as well.
Legacy: a well-established company with a track record of delivering various types of UGVs across the world.
contract in January 2022 following a joint tender with Essex Fire Service.
On the original tender there were No other companies who provided a submission, for Kent and the feedback was this particular area is limited in companies able to deliver to the specification, and companies willing to participate in a tender process.
With the contract running out and the 1-year extension already taken procurement have reached out to Essex Fire Service (EFS) to understand how their contract has worked with their supplier. EFS advised they have had issues with their incumbent in communication, availability of vehicles and delivery of cars to locations. EFS also advised their incumbent were not willing to continue the contract and take up the one-year extension. This has meant they have been out of contract and trying to buy vehicles for training on an ad hoc basis.
EFS have since tendered for a new provider but again the responses were limited, and costs were significantly higher although they are still evaluating at this stage.
Procurement have also contacted over 10 companies within Kent that potentially offering scrap car. The majority of companies responded, do not de-pollute vehicles and cannot supply regularly for our training requirements and would not be able to guarantee vehicles to cover our requirements. Some have said they would not want to be part of a tender process.
Another option procurement has considered is setting up a potential Framework for the supply and removal of redundant vehicles for road traffic collision training through a company called CPRAS who offered to contact providers who can offer to the specification, ascertain interest to a framework and subsequent tender. However, based on their research there were no other companies in Kent currently able to offer what we require, or willing to be part of any tender process or wanting to be on a contract through a Framework.
Looking at Ling Metals and the current contract, the feedback has been very good, and the contract management and relationship has been excellent. The contract has been successful for KFRS, and Ling Metals have provided all our requirements for the supply and removal of redundant vehicles throughout our locations requiring vehicles for training.
Having had a contract meeting with regards to Ling Metals KFRS knowing there is very limited companies able to deliver our requirements who are reliable and competitive in price, there is a worry to potentially lose this provider and relationship that has been built in delivering a vital service for training does course a risk to the service and could affect essential training needs.
This is a VEAT notice, not an opportunity - it relates to OJEU Award notice reference 2019/S 217-532478 for the National Workwear Framework.
The impact of the pandemic has been unprecedented and widespread across all communities and businesses which has been further impacted by the challenging economic picture which has affected supply chains globally. In light of these unforeseeable supply challenges, which were not caused by the Framework Authority, the current supplier of Lot 1 is currently unable to guarantee stable and secure supplies. As such, the Framework Authority has had to agree to suspend Lot 1 until the supplier is able to establish effective supply chain routes and has had to look for an alternative solution to ensure guaranteed supplies. Supply continuity issues have impacted spend under the Framework with only £1.1 million of business having passed through Lot 1 compared to an estimated spend of £15 million for that lot.
Given the nature of the supplies (i.e. workwear for front line workers) the need to put an alternative supplier in place is a matter of urgency and the Framework Authority is not able to wait until a competitive procurement has been carried out.
Fire and Rescue Authorities have been impacted particularly hard as a result of supply continuity issues. Continuity and certainty of supply is crucial and in these circumstances (where the current supply route is no longer available) there is an urgent need to ensure that an alternative supply route is put in place as soon as possible. The Framework Authority had already started to initiate a procurement process for the next iteration of workwear and PPE provision however, due to the complexities of this procurement (detailed below) this cannot be delivered quickly – there needs to be an interim measure in place to allow supplies to be provided whilst this procurement is carried out. The Lot 2 supplier (who was the second placed tender at the time of the award of Lot 1) can adjust to provide cover for Lot 1 whilst the new workwear procurement is being run. This approach ensures that the Framework Authority is acting responsibly and ethically to both suppliers by ensuring that, should the current supplier for Lot 1 be in a position to re-commit to the Framework in the future, there will be an opportunity to re-join with further time to allow for call-off contracts to be awarded under the Framework.
In light of the above, to ensure continuity and certainty of supply, Lot 2 is to be extended to include Lot 1 and the term of the agreement will be extended to 1 October 2024 (being the amount of time required to complete the new procurement), Lot 1 with the original supplier, whilst being suspended, shall also be extended to 1 October 2024. These extensions are being made under Regulation 32(2)(c) of the Procurement Regulations 2015). Given the complexity of the procurement, the time period has been determined as being the earliest realistic time the new procurement could be completed. The following factors were taken into account when making this decision.
• The Framework Authority has obtained funding from the Home Office, for the research project –‘Future Fire Fighter’ to be completed by the Defence Science and Technology Laboratory (DSTL) looking into roles and activities across the next 10 – 20 years for wearers of workwear and PPE, focussing on inclusivity, safety and overall benefits to wearers. This research will feed into the next procurement (which has been prioritised by the National Fire Chiefs Council PPE and Clothing Committee) which includes the requirement for a National Uniform for the UK Fire Sector.
•The extension will allow for the first stage of research to be completed and disseminated in approximately Quarter 4 of FY22/23. Engagement with Industry will be a fundamental element of the research. Further research stages may be required after this time
Kent Fire and Rescue Service (the “Authority”) has awarded the contract for Psychological Wellbeing Service to HG Mindworks Limted.
As part of Kent Fire and Rescue Service's ongoing commitment to supporting the health and wellbeing of its employees, the Authority seeks to renew and enhance its psychological support provision. This service will complement the existing counselling and psychotherapy support already available.
Interested providers were asked to register on the Kent Business Portal (https://www.kentbusinessportal.org.uk/), where the full tender pack can be viewed and completed.
Tender was opened on the 21st January 2026 at 12:0pm (noon) with a deadline for submissions on the 20/02/2026 at 12:0pm (noon).
The procurement was below the PA23 Services Threshold but was carried out via an open procedure.
Contract for a solution to fulfill the following objectives:
More effective management of service resources
Reduction in double entries
Better data management
Improvement management of flexible rostering rules
Support for Working Time Directive Compliance
Improved access to system through remote access
The Contract will be for an initial 5 year period with the option for 3 extensions. The first and second extensions being for 2 years, followed by a final extension of 1 year.
Kent Fire and Rescue Service are advertising this tender for the provision, servicing and maintenance of UPS and Generators with the initial contract term of 2 years with 3 optional 12-month extensions. The scope includes the servicing, maintenance and adhoc repair of all units, as well as site wide replacement of UPS units and the adhoc lease of generators as the need arises.