- Scope of the procurement
- Lot 1. Hazardous Materials - Gas Tight Suits, Type 1a - ET
- Lot 2. Hazardous Materials - Chemical Protection Suits (Combined Class 3 liquid and Class 4 splash-tight)
- Lot 3. Hazardous Materials - Chemical Protective Gloves
- Lot 4. Urban Search and Rescue (USAR) - Chainsaw Items
- Lot 5. Urban Search and Rescue (USAR) - Hot Gas Cutting Items
- Lot 6. Urban Search and Rescue (USAR) - Disaster Victim Identification (DVI) disposable coveralls
- Lot 7. Wildland Fire Fighting Ensemble
- Lot 8. Water Rescue Ensemble
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
specialistppe@kent.fire-uk.org
Telephone
+44 1622692121
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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