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
Telephone
+44 1622692121
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Telephone
+44 1622692121
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Kent Fire and Rescue Service
The Godlands, Straw Mill Hill, Tovil
Maidstone
ME15 9XB
Telephone
+44 1622692121
Country
United Kingdom