Specialist Personal Protective Equipment Tender
Supply specialist personal protective equipment clothing and associated services.
United Kingdom-Maidstone: Protective and safety clothing
2020/S 040-095842
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: The Godlands, Straw Mill Hill, Tovil
Town: Maidstone
NUTS code: UK
Postal code: ME15 6XB
Country: United Kingdom
Contact person: Mr Akash Sondhi
E-mail: specialistppe@kent.fire-uk.org
Telephone: +44 1622692121
Internet address(es):Main address: http://www.kent.fire-uk.org/
Address of the buyer profile: http://www.kent.fire-uk.org/
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
C18068 Provision of Specialist Personal Protective Equipment (PPE) and Associated Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.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 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) to purchase such Supplies.
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.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Hazardous Materials — Gas Tight Suits, Type 1a – ET
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.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.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Hazardous Materials — Chemical Protection Suits (Combined Class 3 Liquid and Class 4 Splash-tight)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.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.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Hazardous Materials — Chemical Protective Gloves
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.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.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Urban Search and Rescue (USAR) — Chainsaw Items
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.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.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Urban Search and Rescue (USAR) — Hot Gas Cutting Items
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.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).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Urban Search and Rescue (USAR) — Disaster Victim Identification (DVI) Disposable Coveralls
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of disaster victim identification (DVI) disposable coveralls.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Wildland Fire Fighting Ensemble
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.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 (1 piece or 2), 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.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Water Rescue Ensemble
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of water rescue ensemble, consisting of dry suits (2 types):
(a) suitable for module 2, water and flood first responder, as defined by DEFRA; and
(b) suitable for module 3 and 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.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.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 12.00 (noon) on 17.7.2020 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.
VI.4.1)Review body
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice: