Tender

C20011 - Supply and Repair of Ladders

  • Kent Fire and Rescue Service

F02: Contract notice

Notice identifier: 2022/S 000-031156

Procurement identifier (OCID): ocds-h6vhtk-037efb

Published 3 November 2022, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

Kent Fire and Rescue Service

The Godlands, Straw Mill Hill, Tovil

Maidstone

ME15 6XB

Contact

Mr Dave Smith

Email

david.smith2@kent.fire-uk.org

Telephone

+44 1622692121

Country

United Kingdom

Region 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.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

C20011 - Supply and Repair of Ladders

Reference number

DN614989

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 Framework Authority is therefore seeking to establish a national framework for ladders consisting of 3 Lots used on Fire Appliances-

Lot 1 - Repairable Ladders - Riveted Type (requires no welding)

Lot 2 - Repairable ladders - Welded type

Lot 3 Unrepairable ladders - Swaged Type.

Lots 1 and 2 will also include the provision of repairs and maintenance services and the provision of associated training services to allow for in-house repair, servicing and maintenance of ladders.

The Framework Authority is therefore seeking a single supplier for each of Lots 1, 2 and 3. The Framework Authority anticipates entering into a Framework Agreement (one for each of the Lots 1, 2 and 3) with the successful supplier(s). Organisations permitted to enter into Call-Off Agreement(s) pursuant to such Framework Agreement(s) will be able to direct award to whichever supplier best meets their requirements in terms of current operational needs and compatibility with existing equipment and appliances. Organisations permitted to enter into Call-Off Agreement(s) pursuant to such Framework Agreement(s) include all Fire and Rescue Authorities and other Blue Light Emergency Services (as defined under the list of category 1 responders set out in the Civil Contingencies Act 2004 and which includes Police Forces, British Transport Police, Ambulance Services and the Maritime and Coastguard Agency, within the British Islands (as defined in section 5 of the Interpretation Act 1978) (each a “Participating Authority” and together referred to as the “Participating Authorities”).

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Lot 1 - Repairable Ladders - Riveted Type (requires no welding)

Lot No

1

two.2.2) Additional CPV code(s)

  • 35100000 - Emergency and security equipment
  • 44481000 - Platforms ladders

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Repairable Ladders - Riveted Type – Also know across the Fire and Rescue Service as modular type ladders, these are ladders that can be fully broken down to each of their constituent parts and are refurbished by an experienced and qualified ladder technician and do not require welding.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Lot 2 - Repairable ladders - Welded type

Lot No

2

two.2.2) Additional CPV code(s)

  • 35100000 - Emergency and security equipment
  • 44481000 - Platforms ladders

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Repairable Ladders – Welded Type - ladders that can be partially broken down into sections and are able to be refurbished by an experienced and qualified ladder technician, but require welding.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Lot 3 Unrepairable ladders - Swaged Type.

Lot No

3

two.2.2) Additional CPV code(s)

  • 35100000 - Emergency and security equipment
  • 44481000 - Platforms ladders

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 are Unrepairable Ladders – Swaged Type . These include short extension, fixed roof, folding roof and step ladders and are the type of ladder which, due to the construction and cost, makes them uneconomic to repair. Tenderers are required to provide all types of ladders required. The length of ladders required under Lot 3 will be as follows:

Folding Roof Ladder - 4.5m length single section

Folding Roof Ladder - 5.4m length single section

Roof Ladder - 4.5m length single section

Roof Ladder - 5.4m length single section

Short Extension Ladder - 2.47m closed/5.4m fully extended

Short Extension Ladder - 2.77m closed/6.4m fully extended

Short Extension Ladder - 3.38m closed/7.64m fully extended

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Open procedure

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: No

four.2) Administrative information

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

Date

7 December 2022

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

four.2.7) Conditions for opening of tenders

Date

7 December 2022

Local time

12:00pm

Place

Electronically via Kent Business portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: At least 3 years from date of award of this opportunity. Be advised that Kent Fire & Rescue Service may not be the procurer of any subsequent framework.

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Kent Fire and Rescue Service

The Godlands, Straw Mill Hill, Tovil

Maidstone

ME15 9XB

Email

david.smith2@kent.fire-uk.org

Telephone

+44 1622692121

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

Kent Fire and Rescue Service

The Godlands, Straw Mill Hill, Tovil

Maidstone

ME15 9XB

Email

tina.butler@kent.fire-uk.org

Telephone

+44 1622692121

Country

United Kingdom

Internet address

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