C18068 - Provision of Specialist Personal Protective Equipment (PPE)

A Tender Notice
by KENT FIRE AND RESCUE SERVICE

Source
Find a Tender
Type
Framework (Supply)
Duration
4 year
Value
£98M
Sector
DEFENCE
Published
17 Mar 2021
Delivery
To 07 Apr 2025 (est.)
Deadline
07 Apr 2021 11:00

Concepts

Location

Maidstone

Geochart for 2 buyers and 0 suppliers

2 buyers

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).

Lot Division

1 Hazardous Materials - Gas Tight Suits, Type 1a - ET
  • Value: £29M

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

2 Hazardous Materials - Chemical Protection Suits (Combined Class 3 liquid and Class 4 splash-tight)
  • Value: £17M

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.

3 Hazardous Materials - Chemical Protective Gloves
  • Value: £2M

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

4 Urban Search and Rescue (USAR) - Chainsaw Items
  • Value: £2M

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

5 Urban Search and Rescue (USAR) - Hot Gas Cutting Items
  • Value: £2M

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)

6 Urban Search and Rescue (USAR) - Disaster Victim Identification (DVI) disposable coveralls
  • Value: £556K

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

7 Wildland Fire Fighting Ensemble
  • Value: £12M

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

8 Water Rescue Ensemble
  • Value: £34M

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.

CPV Codes

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

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are not available.
  • Award on basis of price and quality.

Other Information

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 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.

Reference

Domains