Tender

Purchase of Aerial Ladder Platforms

  • East Sussex Fire Authority

F02: Contract notice

Notice identifier: 2021/S 000-003084

Procurement identifier (OCID): ocds-h6vhtk-029373

Published 16 February 2021, 10:35am



Section one: Contracting authority

one.1) Name and addresses

East Sussex Fire Authority

Amberley Block, Church Lane

LEWES

BN7 2DZ

Contact

Glenn Johnston

Email

glenn.johnston@esfrs.org

Telephone

+44 01323462206

Country

United Kingdom

NUTS code

UKJ2 - Surrey, East and West Sussex

National registration number

N/A

Internet address(es)

Main address

http://www.esfrs.org

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/39167

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36691&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=36691&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Purchase of Aerial Ladder Platforms

Reference number

ESFA0175

two.1.2) Main CPV code

  • 34144200 - Vehicles for the emergency services

two.1.3) Type of contract

Supplies

two.1.4) Short description

This tender is being run as a mini-competition under Lot 6 of the DS183-15 framework and is only open to those pre-approved suppliers on that Lot.

The contract term will be for 5 years and cover the currently planned purchase of two vehicles for delivery in the financial years of 23/24 and 27/28 along with scope for a third, as a contingency against the unexpected loss or unrepairable damage to a current vehicle. This is based on our rolling programme of replacement as vehicles approach their projected end of life dates. No vehicle is guaranteed, as they are all dependant on funding being granted at the appropriate time. Funding has been agreed for the first vehicle planned for financial year 23/24 and is scoped for the second.

two.1.5) Estimated total value

Value excluding VAT: £1,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34144210 - Firefighting vehicles
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35110000 - Firefighting, rescue and safety equipment
  • 35111000 - Firefighting equipment
  • 35112000 - Rescue and emergency equipment

two.2.3) Place of performance

NUTS codes
  • UKJ22 - East Sussex CC
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

This tender is being run as a mini-competition under Lot 6 of the DS183-15 framework and is only open to those pre-approved suppliers on that Lot.

The contract term will be for 5 years and cover the currently planned purchase of two vehicles for delivery in the financial years of 23/24 and 27/28 along with scope for a third, as a contingency against the unexpected loss or unrepairable damage to a current vehicle. This is based on our rolling programme of replacement as vehicles approach their projected end of life dates. No vehicle is guaranteed, as they are all dependant on funding being granted at the appropriate time. Funding has been agreed for the first vehicle planned for financial year 23/24 and is scoped for the second.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 March 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 March 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Country

United Kingdom