As NFCC Category Sponsor for Fleet, one of the key areas for reform in the NFCC Fire Commercial Transformation Programme (The Procurement Hub), I wanted to update you on an important development.
I am pleased to advise that the new NFCC Framework Agreement for Emergency Response Vehicles (Pumping Appliances, Aerials and Special Vehicles), which has been led by the procurement team at Devon and Somerset Fire and Rescue Service, supported by Avon Fire & Rescue Service and Essex Fire & Rescue Service and on behalf of the NFCC Transport Officers Group (TOG), has recently been awarded and is now available to be used. The initial term of the Framework runs from 1st April 2022 to 31st March 2026.
For those not familiar with Framework Agreements, it has been awarded in compliance with public sector procurement regulations and it establishes an ‘umbrella agreement’ with a number of capable suppliers that have been awarded a place on the framework and it sets out the terms under which individual purchases (‘further competitions’ or ‘call-offs’) can be made throughout the period of the agreement.
All of the key documents that Fire & Rescue Services will need in order to access the framework agreement can be accessed from this page of the website.I would like to formally place on record my thanks to everyone who has been involved in this project to pull this work together on behalf of NFCC and I would encourage all FRSs to make use of the many benefits it can bring for the procurement of emergency response vehicles.
Stuart Errington

Background
In January 2021 FRSs were asked to respond to a number of questions and provide an estimate of vehicle types and numbers to be purchased (a Pipeline) over a five-year period (FY21/22 to FY25/26). 49 responses were received (94% of the Sector). Consultation also took place with potential suppliers during the same period. This informed suppliers about the opportunity and to seek their input on the future Framework Agreement and procurement process. 13 suppliers engaged with the project. All information gathered from both FRS and potential suppliers was used to develop the procurement strategy, create the Framework Agreement, identify indicative demand during the life of the Framework Agreement and understand the ongoing support required.
This new Framework replaces the current Framework (DS183-15 – CFOA Pumping Appliances, Aerials and/or Special Vehicles Framework)

Key Benefits
- compliant route to market, developed specifically for the Fire Sector by the Fire Sector with extensive knowledge of the market and customers;
- additional build capacity and increased competition through the introduction of new suppliers
- Sector-wide visibility of planned procurement dates, enabling FRS to identify potential collaboration opportunities and also help our suppliers prepare to respond and thereby increase competition (pipeline expected to be published on this website in May 2022.
- common requirements set through the Framework Agreement (led by NFCC TOG) with the ability for FRSs to customise to meet their specific needs;
- standard minimum warranty requirements established;
- rebate free framework (i.e. no charge for FRSs to access the framework and no levy/rebate paid to the Framework owners by the Suppliers on the framework);
- social Value & Environmental obligations placed on Suppliers at Framework level (e.g. Apprenticeships, School Engagement, Waste Targets, Carbon Reduction Targets)
- improved further competition/call-off templates for simplification and consistency in procurement approach for suppliers and FRSs;
Suppliers, Scope & Lot Structure
The following provides details of all framework suppliers and the goods and services that are within scope of the framework.
- New Fire and Rescue Emergency Response Vehicles (Pumping Appliances, Aerial Appliances and Special Vehicles;
- Supply, install and/or stowage of equipment – the equipment maybe provided by the Customer/Customers i.e. free issued to the Supplier and/or supplied by the Supplier with the vehicle. The Customer/Customers are able to procure fully kitted vehicles via the Supplier, to include optional technology such as vehicle telematics, equipment track and trace/asset tagging and CCTV;
- Conversion and refurbishment of existing Fire and Rescue Emergency Response Vehicles to allow FRS’s to extend the life of existing vehicles (including re-chassis);
- After sales support (e.g. maintenance support, warranty, damage repair, parts and training).
Lot Number | Lot Name | Lot Description | Supplliers |
---|---|---|---|
1 | Light Pumping Appliance | Vehicle size: GVW 3t and ≤ 7.5t |
1. Angloco Ltd 2. Emergency One (UK) Ltd 3. Rosenbauer UK Ltd 4. Terberg DTS (UK) Ltd 5. Venari Engineering Ltd 6. W H Bence (Coachworks) Ltd |
2 | Medium Pumping Appliance | Vehicle size: GVW of more than 7.5t and ≤ 16t |
1. Angloco Ltd 2. Emergency One (UK) Ltd 3. Rosenbauer UK Ltd 4. Venari Engineering Ltd 5. W H Bence (Coachworks) Ltd |
2 | Super Pumping Appliances | Vehicle size: GVW of more than 16t |
1. Angloco Ltd 2. Emergency One (UK) Ltd 3. Rosenbauer UK Ltd 4. Venari Engineering Ltd 5. W H Bence (Coachworks) Ltd |
4 | Aerial Appliances |
All types of Aerial appliances within the scope of EN 14043, 14044 and 1777 (hydraulic platforms and turntable ladders) |
1. Angloco Ltd 2. Emergency One (UK) Ltd 3. Rosenbauer UK Ltd 4. Venari Engineering Ltd |
5 | Special Vehicles |
All Special Vehicles above 5t with the exception of: – Command and Control Vehicles (due to the level of communications and ICT equipment and the specialist suppliers that are able to supply these types of vehicles i.e. suppliers outside of the ‘core’ Fire Appliance Manufacturers); – Prime Movers where only the base vehicle and/or hook lift conversion is required. Prime Movers including demountable pods when bought with or without a vehicle are within scope of the Framework Agreement. |
1. Angloco Ltd 2. Babcock Vehicle Engineering Ltd 3. Emergency One (UK) Ltd 4. Rosenbauer UK Ltd 5. Terberg DTS (UK) Ltd 6. Venari Engineering Ltd 7. W H Bence (Coachworks) Ltd |
For more information please see the Framework Agreement Documentation section below.
All Suppliers on each Lot must be invited to further competitions/call-offs. Suppliers on the Framework will be able to supply a fully kitted vehicle, to include sourcing the chassis and required equipment. However, FRS’s (the Customer/Customers) have the flexibility to free issue the chassis and any equipment to the Suppliers.
Supplier Contact Details
Angloco Ltd
Station Road, Batley, West Yorkshire, WF17 5TA
Rob Dickson, Bid Coordinator
01924 441212
sales@angloco.co.uk
Babcock Vehicle Engineering Ltd
33 Wigmore Street, London, W1U 1QX
Alan Carr, Bid Manager
07801 773674
Alan.carr2@babcockinternational.com
Emergency One (UK) Ltd
Block 3A, Caponacre, Industrial Estate, Cumnock, Ayshire, KA18 1SH
Mike Madsen, Managing Director
01290 424200 / 07712 875165
mike@emergencyone.co.uk
Rosenbauer UK Ltd
Concept House, Huddersfield Road, Meltham, Holmfirth, HD9 4AN
Nick Uwins, Managing Director
01484 854134 / 07720 826203
nick.uwins@rosenbauer.com
Terberg DTS (UK) Ltd
Lowfields Business Park, Elland, West Yorkshire, HX5 9DA
Nick Croad, Regional Sales Manager Fire Vehicles and Equipment UK
01422 257100 / 07780 799229
ncroad@terbergdts.co.uk
Venari Engineering Ltd
5 Larsen Road, Goole, East Yorkshire, DN14 6XG
Oliver North, CEO
01484 443500 / 07826 181051
ojn@venari-group.com
W H Bence (Coachworks) Ltd
Great Western Business Park, Yate, Bristol, BS37 5NG
Oliver Brown, Managing Director
Denise Taljaard, Sales Executive
01454 310909
oliver@whbence.co.uk
denise@whbence.co.uk
Emergency Response Vehicle Pipeline
The ‘pipeline’ is a forecast from each FRS of future vehicles (by type) to be purchased and an estimate of when FRSs plan to issue further competitions/call-offs. Due to the relatively few suppliers operating within this marketplace and the requirement for Fire and Rescue Services to collaborate more effectively it has been identified that both FRSs and Suppliers would benefit from greater visibility of the procurement pipeline. This will allow for better and more effective planning as well as creating opportunities for FRSs to collaborate and/or share information with each other.
The Procurement Hub issued a survey to all FRSs requesting information in relation to their future Emergency Response Vehicle requirements.

Whilst the majority of FRSs have provided data, not all FRSs have provided the Procurement Hub with this information. The number of procurements and associated vehicles (see graphs) is only an indication and represents each FRSs planned activity at the time of collecting the data and this is therefore subject to change. The data currently published was collated in the summer of 2022.
Moving forwards, the Procurement Hub plan to refresh this data every six months (anticipated updates in March and September of each year).
Graph 1
Graph 1 shows the number of planned ‘procurements’ each month. This can be filtered by the ‘Vehicle Type’ and its also possible to filter further by the proposed route to market – after selecting ‘Vehicle Type’ a legend will pop up at the bottom, you can toggle these on/off to show data specifically in relation to particular routes to market.
Vehicle Type
Graph 2
Graph 2 shows the estimated number of vehicles to be purchased via these procurements. Graph 2 can be changed in the same way as Graph 1.
The number of vehicles shown is the full potential of vehicles that may be purchased under that procurement and not necessarily the number of vehicles that will be committed to upon award, i.e. an FRS may issue an ITT for a maximum of 20 Pumping Appliances with the intention of calling-off 5 per year for the next four years – in this example a total of 20 vehicles would be included in the data even though the FRS may only commit to 5 vehicles upon award of the contract.
Vehicle Type
And there’s more…
In addition to this Framework, the Project Team have been working closely with Crown Commercial Services (CCS) on their forthcoming Framework Agreement for the Purchase of Standard and Specialist Vehicles (RM6244).
Our engagement with CCS has ensured that vehicles, conversions and parts that cannot be sourced through this Framework can be sourced through the new CCS Framework which is due for award in December 2022.
*This Framework gives Fire and Rescue Services the opportunity to benefit from a combined buying power across the public sector, historically generating procurement efficiency savings of up to 31% against RRP
For further details of the CCS Framework please follow this link – Purchase of Standard & Specialist Vehicles – CCS (crowncommercial.gov.uk)
*Taken from a sample of procurements undertaken by one Fire & Rescue Service.
Framework Agreement Documentation
User guides
Framework Agreement Invitation to Tender
Framework Terms & Conditions
Further Competition Templates
- Further Competition ITT – 0.28 mb
- Appendix 1 – Evaluation Marking Guidance March 2022 – 0.04 mb
- Appendix 2a Statement of Requirements Pumping Appliances – 0.32 mb
- Appendix 2a Statement of Requirement Special Vehicles – 0.31 mb
- Appendix 2a Statement of Requirements Aerials – 0.32 mb
- Appendix 2b – Standards and Legislation v2.0 – 0.28 mb
- Appendix 2c Statement of Requirements Non-Technical – 0.29 mb
- Appendix 3 Questionnaire – 0.26 mb
- Appendix 4 – Pricing Schedule March 2022 – 0.02 mb
- Appendix 5 ITT Declaration – 0.27 mb
- Price & Whole Life Costing Guidance Notes – 0.28 mb