Tender

C18068 - Provision of Specialist Personal Protective Equipment (PPE)

  • Kent Fire and Rescue Service

F02: Contract notice

Notice identifier: 2021/S 000-005425

Procurement identifier (OCID): ocds-h6vhtk-029ca2

Published 17 March 2021, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Kent Fire and Rescue Service

The Godlands, Straw Mill Hill, Tovil

Maidstone

ME15 6XB

Contact

Miss Sarah Walsh

Email

specialistppe@kent.fire-uk.org

Telephone

+44 1622692121

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.kent.fire-uk.org/

Buyer's address

http://www.kent.fire-uk.org/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=196f573e-7740-eb11-8106-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.kentbusinessportal.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

C18068 - Provision of Specialist Personal Protective Equipment (PPE)

Reference number

DN516965

two.1.2) Main CPV code

  • 35000000 - Security, fire-fighting, police and defence equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Contracting Authority intends to procure the provision of Specialist Personal Protective Equipment (PPE)

Clothing and Associated Services ("Supplies"). The Contracting Authority is seeking to appoint a single supplier per lot (each lot as described within this notice). This procurement is being undertaken via the restricted procedure in line with Regulation 28 of the Public Contracts Regulations 2015.

The Framework Agreement(s), together with the resultant Call-Off Agreement(s) will provide contract vehicles for all Fire and Rescue Authorities and other Blue Light Emergency Services (as defined under the list of category 1 and 2 responders set out in the Civil Contingencies Act 2004 which includes Police Forces, British Transport Police, Ambulance Services and the Maritime and Coastguard Agency. Other public sector bodies or Voluntary Aid Societies, such as Kent Search and Rescue (Lowlands) or similar voluntary charitable organisations) to purchase such Supplies and will cover the geographical area of the British Islands (as defined in section 5 of the Interpretation Act 1978).

Interested parties are permitted to tender for any number of lots. However, they must be able to provide all Supplies detailed within the lot they are tendering for. A number of Fire and Rescue Authorities have expressed an interest in utilising the framework agreements and although they have not formally committed to calling-off under the Framework Agreement(s), the intention is that if successful tender(s) provide value for money, the Authorities will utilise the Framework Agreement(s).

This description of the proposed procurement is non-exhaustive and further details about the procurement and the Contracting Authority's requirements are provided in the accompanying procurement documents.

Please note the SQ and all available documents in draft form will be issued on Monday 22nd March 2021

two.1.5) Estimated total value

Value excluding VAT: £98,453,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Hazardous Materials - Gas Tight Suits, Type 1a - ET

Lot No

1

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of gas tight suits, type 1a - ET and associated services, including: cleaning, decontamination, repairs, servicing and maintenance.

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: £29,056,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Hazardous Materials - Chemical Protection Suits (Combined Class 3 liquid and Class 4 splash-tight)

Lot No

2

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of chemical protection suits (combined class 3 liquid and class 4 splash-tight) and associated services, including: cleaning, decontamination, repairs, servicing and maintenance.

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: £16,952,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Hazardous Materials - Chemical Protective Gloves

Lot No

3

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 is for the provision of chemical protective gloves and associated services, including: cleaning, decontamination, repairs, servicing and maintenance.

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: £2,424,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Urban Search and Rescue (USAR) - Chainsaw Items

Lot No

4

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 35000000 - Security, fire-fighting, police and defence equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of chainsaw items consisting of chainsaw trousers, chainsaw gloves and chainsaw visors and associated services, including: cleaning, decontamination, repairs, servicing and maintenance.

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: £1,634,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Urban Search and Rescue (USAR) - Hot Gas Cutting Items

Lot No

5

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 35000000 - Security, fire-fighting, police and defence equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of hot gas cutting items consisting of hot gas cutting leather spats, hot gas cutting helmet with face shield and goggles, hot gas cutting gauntlets and hot gas cutting flash hood and associated services, including: cleaning, decontamination, repairs, servicing and maintenance. Interoperability is a key consideration, and all items offered under lot 5 must be compatible with one another and work together, where applicable (i.e. face shield, goggles and flash hood)

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: £1,823,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Urban Search and Rescue (USAR) - Disaster Victim Identification (DVI) disposable coveralls

Lot No

6

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 35000000 - Security, fire-fighting, police and defence equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of disaster victim identification (DVI) disposable coveralls.

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: £556,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Wildland Fire Fighting Ensemble

Lot No

7

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 35000000 - Security, fire-fighting, police and defence equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of wildland fire fighting ensemble consisting of helmet, flash hood, fire resistant snood (neck tube), wildland clothing (one piece or two), gloves and boots and associated services, including: cleaning, decontamination, repairs, servicing and maintenance. Interoperability is a key consideration, and all items offered under lot 7 must be compatible with one another and work together, where applicable

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: £12,105,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Water Rescue Ensemble

Lot No

8

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 35000000 - Security, fire-fighting, police and defence equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of water rescue ensemble, consisting of dry suits (two types) - (a) suitable for module 2, water and flood first responder, as defined by DEFRA and (b) suitable for module 3 & 4, water and flood technician/ boat operator as defined by DEFRA , personal flotation device (PFD) - life jackets (Level 275), personal flotation devices - buoyancy aid (Level 70 - 90), water rescue marine helmet, water safety helmet, skull gap, gloves, thermal protection suit and water safety ankle boots, associated spares (i.e. helmet lighting) and associated services, including: cleaning, decontamination, repairs, servicing and maintenance. Interoperability is a key consideration, and all items offered under lot 8 must be compatible with one another and work together, where applicable.

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: £33,903,000

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

Duration in months

48

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

Accelerated procedure

Justification:

Accelerated procedure for SQ stage only as this was previously issued to the market in March 2020 and the documents have not vastly been amended along with additional supplier engagement sessions held.

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 249-622707

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

Date

7 April 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 May 2021

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: 10 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

To clarify, in respect of Section IV.1.3, the Contracting Authority is seeking to award a framework agreement to a single supplier for each individual Lot. It also should be noted that publication of this notice does not provide any guarantee that a contract will be concluded. It does not bind the Contracting Authority to accept any tender(s) and it reserves the right to accept any tender(s) in either whole or part. The Contracting Authority is not responsible for any costs incurred by bidders in relation to participation in this process. The Contracting Authority expressly reserves the right: not to award any contract as a result of the procurement process; to make any changes it may see fit to the content and structure of the procurement process; to award one or more contract(s) in relation to part only of the requirements covered by this notice; and to award a contract(s) in stages. It should be further noted that prospective bidders are required to hold any necessary consents, licences, permissions, accreditations and certifications (or similar) (“Certifications”) required for the provision of the Supply in respect of the Lot(s) bidders are tendering for. Test certificates for such Certifications will be required for submission to the Contracting Authority by 12 (noon) on Friday 20th August 2021, prior to commencement of the wearer trials to be undertaken during the evaluation of tender(s). The Contracting Authority reserves the right to seek third party independent advice to validate any information submitted by a Tenderer, including in respect of the Certifications. Each of the values stated in this notice are the Contracting Authority's best estimate based on the limited information available to it at the date of dispatch.

Please note that award criteria can be found in the procurement documents.

SQ will be issued on Monday 22nd March 2021 along with all available draft documents.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

Internet address

www.kent.fire-uk.org