Loading page content…
Loading page content…
9 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
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
Value undisclosed
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 4 (Structural Firefighting PPE)'. 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 4 (Structural Firefighting PPE)' relates to the provision of Fire Structural 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 4 successful suppliers will each be awarded a Framework Agreement (subject to the Contracting Authority's discretion to increase the number of successful suppliers beyond 4). 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
Value undisclosed
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 5 (Gloves)'. 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 5 (Gloves)' relates to the provision of Fire Structural Gloves and Rescue Gloves, 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
Value undisclosed
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 7 (Lightweight Firefighting PPE)'. 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 7 (Lightweight Firefighting PPE)' relates to the provision of 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 4 successful suppliers will each be awarded a Framework Agreement (subject to the Contracting Authority's discretion to increase the number of successful suppliers beyond 4). 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
Value undisclosed
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
Value undisclosed
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 3 (Firehoods)'. 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 3 (Firehoods)' relates to the provision of Firehoods ,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
Value undisclosed
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 2 (Helmets)'. 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 2 (Helmets)' relates to the provision of Fire Structural Helmets and Wildland/ Technical Rescue Helmets and any associated spares and consumables related to the items 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
Value undisclosed
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 9 (Specialist Decontamination)' 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 9 (Specialist Decontamination) relates to the provision of specialist decontamination cleaning 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
Value undisclosed
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 6 (Footwear)'. 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 6 (Footwear)' relates to the provision of Fire Structural Boots, 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
Value undisclosed