Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

DS504-25 NFCC Framework for Respiratory Protective Equipment, associated equipment and services

  • First published: 14 March 2026
  • Last modified: 14 March 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-056420
Published by:
Devon & Somerset Fire & Rescue Authority
Authority ID:
AA86933
Publication date:
14 March 2026
Deadline date:
-
Notice type:
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Devon and Somerset Fire and Rescue Service in conjunction with the National Fire ChiefsCouncil Respiratory Protective Equipment Group (NFCC RPE Group) and the NFCCProcurement Hub has led a procurement project to replace the existing Framework forRespiratory Protective Equipment, associated equipment and services.The new framework will enable named Contracting Authorities to procure RespiratoryProtective Equipment, associated equipment and services.The Framework has been split into Lots:Lot 1 Self-contained breathing apparatus, with ancillariesLot 2 Cylinders with ancillariesLot 3 Integrated Communications systemsLot 4 TelemetryLot 5 Maintenance servicesLot 6 Provision of consumables, parts and sparesLot 7 Other respiratory protective equipment and services Self-contained breathing apparatus, with ancillariesThe Framework is a closed framework for a period of 4 years. Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Frameworkcontinues to meet the needs of the contracting authorities.No maximum number of suppliers per lot was applied.

Full notice text

Scope

Procurement reference

DS504-25

Procurement description

Devon and Somerset Fire and Rescue Service in conjunction with the National Fire Chiefs

Council Respiratory Protective Equipment Group (NFCC RPE Group) and the NFCC

Procurement Hub has led a procurement project to replace the existing Framework for

Respiratory Protective Equipment, associated equipment and services.

The new framework will enable named Contracting Authorities to procure Respiratory

Protective Equipment, associated equipment and services.

The Framework has been split into Lots:

Lot 1 Self-contained breathing apparatus, with ancillaries

Lot 2 Cylinders with ancillaries

Lot 3 Integrated Communications systems

Lot 4 Telemetry

Lot 5 Maintenance services

Lot 6 Provision of consumables, parts and spares

Lot 7 Other respiratory protective equipment and services Self-contained breathing apparatus, with ancillaries

The Framework is a closed framework for a period of 4 years. Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework

continues to meet the needs of the contracting authorities.

No maximum number of suppliers per lot was applied.

Is a framework being established?

Yes

Contracting authority

Devon & Somerset Fire & Rescue Authority

Identification register:

  • GB-PPON

Address 1: Service Headquarters

Town/City: Exeter

Postcode: EX3 0NW

Country: United Kingdom

Public Procurement Organisation Number: PNLD-1131-HTWN

NUTS code: UKK43

Email: procurement@dsfire.gov.uk

Organisation type: Public authority - sub-central government

Supplier

DRAEGER SAFETY UK LTD

Identification register:

  • GB-COH
  • GB-PPON

Address 1: Draeger Safety UK Limited

Town/City: Ullswater Close, Blyth Riverside Business Park, Blyth

Postcode: NE24 4RG

Country: United Kingdom

Website: http://www.draeger.com

Companies House: 00777464

NUTS code: UKC21

Email: uk.tenders@draeger.com

Type:

  • Large

Interspiro Limited

Identification register:

  • GB-COH
  • GB-PPON

Address 1: 7 Hawksworth Road, Central Park

Town/City: Telford

Postcode: TF2 9TU

Country: United Kingdom

Website: http://www.interspiro.com

Companies House: n1194705

NUTS code: UKG21

Email: infouk@interspiro.com

Type:

  • SME

MSA (BRITAIN) LIMITED

Identification register:

  • GB-COH
  • GB-PPON

Address 1: Unit 9 Beeches Industrial Estate

Town/City: Yate

Postcode: BS37 5QT

Country: United Kingdom

Website: https://gb.msasafety.com/markets/fire-service

Companies House: 00437745

NUTS code: UKK12

Email: tenders-uk@msasafety.com

Type:

  • SME

ARCO LIMITED

Identification register:

  • GB-COH
  • GB-PPON

Address 1: 1 Blackfriargate

Town/City: Hull

Postcode: HU1 1BH

Country: United Kingdom

Website: https://www.arco.co.uk/

Companies House: 00133804

NUTS code: UKE11

Email: contracts@arco.co.uk

Type:

  • Large

Procedure

Procedure type

Open procedure

Trade agreements

Government Procurement Agreement (GPA)

Framework

Further information about fees

The rebate applied will be 0.5% on all official purchase orders for goods or services raised by contracting authorities resulting from the Framework.

The level of the rebate will be fixed for the duration of the Framework.

Suppliers shall pass on the rebates quarterly, providing sufficient management information and evidence, as may be required by Devon and Somerset Fire and Rescue Service, to support the calculation.

Percentage fee charged to suppliers

0.5000%

Award method when using the framework

With and without reopening competition

Contracting authority locations

  • UK
  • GG
  • IM
  • JE

Contracting authorities that may use the framework

The full list of Contracting Authorities who are able to use the Framework are included within the Framework ITT. The following list is a high-level overview:

• All Fire and Rescue Services (FRS) within the United Kingdom

• Defence Fire Risk Management Organisation

• Home Office

• Police Forces within the United Kingdom, Scotland and Northern Ireland

• NHS Bodies England and Foundation Trusts

• British Crown dependencies - Channel Islands and Isle of Man

• Public bodies

o NHS Wales

o Northern Ireland Public Sector Bodies and Local Authorities

o Highways Agency

o UK Border Force

o MOPAC

o City of London Police

o Greater Manchester Combined Authority

o British Transport Police

o Civil Nuclear Constabulary Civil Nuclear Constabulary

o HM Prison Service

o Maritime and Coastguard Agency

• Nominated agents; suppliers or organisations, who are the acting agent on behalf of any of the above-named contracting authorities will also have access to the Framework

Framework operation description

Access to the Framework

Contracting authorities must contact the Procurement Team at Devon and Somerset Fire and Rescue Service to request access to the Framework at procurement@dsfire.gov.uk

On completion of a Confidentiality Agreement, full details of the Framework including products and services, pricing, terms and conditions, guidance on use of the Framework and templates for contracts and further competitions will be provided.

Pricing

Framework

a. Prices shall be fixed and firm for the first twelve months of the Framework. Prices shall be subject to review annually thereafter, in line with the Consumer Price Index and agreed between the Authority and the supplier.

b. Any request for increase in prices in the Framework shall be subject to three months' notice in writing, and a demonstration of additional costs incurred by the supplier. No price increase will be accepted unless agreed in writing by the Authority.

c. Prices tendered on the Framework shall be the maximum price that can be charged to contracting authorities. Suppliers may offer, at their discretion, a discount on the Framework pricing to contracting authorities when forming a Call-off Contract.

Call-off contract

a. Prices shall be fixed and firm for the first twelve months of any Call-off Contract. Prices shall be subject to review annually thereafter, in line with the Consumer Price Index and agreed between the contracting authority and the supplier.

b. Any request for increase in prices in the Call-off Contract shall be subject to three months' notice in writing, and a demonstration of additional costs incurred by the supplier. No price increase will be accepted unless agreed in writing by the contracting authority.

c. Costs of delivery and packaging, including Dangerous Goods Freight and Customs Handling fees shall be included in the price of the Goods and services.

Ordering procedure and assessment criteria

Assessment criteria for Further Competitions:

Assessment 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

Award criteria Weightings

Price - cost effectiveness (including whole life costs) *** 0% - 100%

Technical Merit and Quality

(assessment of tender response) 0% - 100%

Technical Merit and Quality

(compatibility, performance and functionality through practical functionality assessment) 0% - 100%

After-sales services and support 0% - 100%

Social value 0% - 100%

All assessment criteria must total 100%.

Contracting Authorities will have the option to calculate the final score on a price per quality point basis.

The ordering procedures and guidance on direct award and further competitions are provided to contracting authorities with the Framework Information.

Templates for contracting authorities to use for further competitions are provided to contracting authorities with the Framework Information.

Contract

Lot 1 Self-contained breathing apparatus, with ancillaries

ID: 1

Is the total value above threshold?

Above threshold

Date the contract will be signed (estimated)

26 February 2026, 00:00AM

Contract dates (estimated)

01 March 2026, 00:00AM to 28 February 2030, 23:59PM

Extension end date (if all the extensions are used): 28 February 2032

Can this contract be extended?: Yes

Renewal description:

Framework by up to two years, providing

that there have been no substantial changes in the supply market and that the Framework

continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to

supply to one or more Lots at the time of tendering for this Framework who are

subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Lot 2 Cylinders with accessories

ID: 2

Is the total value above threshold?

Above threshold

Date the contract will be signed (estimated)

26 February 2026, 00:00AM

Contract dates (estimated)

01 March 2026, 00:00AM to 28 February 2030, 23:59PM

Extension end date (if all the extensions are used): 28 February 2032

Can this contract be extended?: Yes

Renewal description:

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Documents

Lot 3 Integrated Communication systems

ID: 3

Is the total value above threshold?

Above threshold

Date the contract will be signed (estimated)

26 February 2026, 00:00AM

Contract dates (estimated)

01 March 2026, 00:00AM to 28 February 2030, 23:59PM

Extension end date (if all the extensions are used): 28 February 2032

Can this contract be extended?: Yes

Renewal description:

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Documents

Lot 4 Telemetry

ID: 4

Is the total value above threshold?

Above threshold

Date the contract will be signed (estimated)

26 February 2026, 00:00AM

Contract dates (estimated)

01 March 2026, 00:00AM to 28 February 2030, 23:59PM

Extension end date (if all the extensions are used): 28 February 2032

Can this contract be extended?: Yes

Renewal description:

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Documents

Lot 5 Maintenance

ID: 5

Is the total value above threshold?

Above threshold

Date the contract will be signed (estimated)

26 February 2026, 00:00AM

Contract dates (estimated)

01 March 2026, 00:00AM to 28 February 2030, 23:59PM

Extension end date (if all the extensions are used): 28 February 2032

Can this contract be extended?: Yes

Renewal description:

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Documents

Lot 6 Provision of consumables, parts and spares

ID: 6

Is the total value above threshold?

Above threshold

Date the contract will be signed (estimated)

26 February 2026, 00:00AM

Contract dates (estimated)

01 March 2026, 00:00AM to 28 February 2030, 23:59PM

Extension end date (if all the extensions are used): 28 February 2032

Can this contract be extended?: Yes

Renewal description:

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Documents

Lot 7 Other respiratory protective equipment and services

ID: 7

Is the total value above threshold?

Above threshold

Date the contract will be signed (estimated)

26 February 2026, 00:00AM

Contract dates (estimated)

01 March 2026, 00:00AM to 28 February 2030, 23:59PM

Extension end date (if all the extensions are used): 28 February 2032

Can this contract be extended?: Yes

Renewal description:

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Documents

Lots

Divided into 7 lots

Lot number: 1 Status: Complete

Lot number: 2 Status: Complete

Lot number: 3 Status: Complete

Lot number: 4 Status: Complete

Lot number: 5 Status: Complete

Lot number: 6 Status: Complete

Lot number: 7 Status: Complete

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
44611200 Breathing apparatus Tanks
37412241 Breathing apparatus for diving Water-sports equipment
35111100 Breathing apparatus for firefighting Firefighting equipment
44611110 Compressed-air cylinders Tanks
32580000 Data equipment Telecommunications equipment and supplies
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
50000000 Repair and maintenance services Other Services
35000000 Security, fire-fighting, police and defence equipment Defence and security
32440000 Telemetry and terminal equipment Networks

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.