Date of dispatch of this notice: 30/11/2015
Expire date: 12/01/2016
External Reference: 2015-021744
TED Reference: 2015/S 234-424755
Date of dispatch of this notice: 30/11/2015
Expire date: 12/01/2016
External Reference: 2015-021744
TED Reference: 2015/S 234-424755
Supply of Fire-fighting Personal Protective Equipment - Helmets, Gloves, Fire-hoods, Boots (leather), Boots (rubber)
Exeter
Devon & Somerset Fire and Rescue Authority (the Authority) requires the provision of fire helmets, fire fighting gloves, fire hoods and fire boots (leather and rubber) to meet user requirements for the next five to ten years.
The requirements have been separated into Lots:
Lot 1 – Fire helmets
Lot 2 – Fire fighting gloves
Lot 3 – Fire hoods
Lot 4 – Fire boots (leather)
Lot 5 – Fire boots (rubber)
Potential Providers may submit responses for one, for several or for all Lots. The Authority may award a Contract for one, for several or for all Lots.
The Successful Contractor(s) must have the legal and financial capacity, previous experience and technical and professional ability to perform the contract.
The fire helmets, fire fighting gloves, fire hoods and fire boots must be compatible with the Authority’s existing equipment and as a completed ensemble with Fire Coats and Fire Trousers.
The Authority proposes to enter into Contract(s) for a period of 5 years, with a break review after three years, with the Contractor(s). The Authority may extend the Contract(s) for further periods of 12 months up to 60 months in total. The Contract is anticipated to commence in March 2016 and will expire at the latest in February/March 2026.
The Contract will only be open and available for the use of Devon and Somerset Fire and Rescue Service.
Procurement documentation can be found on the Authority‘s e-tendering portal located at https://uk.eu-supply.com/login.asp?B=BLUELIGHT
The Authority requires the provision of fire helmets, fire fighting gloves, fire hoods and fire boots to meet user requirements for the next five to ten years.
The requirements have been separated into Lots:
Lot 1 – Fire helmets
Lot 2 – Fire fighting gloves
Lot 3 – Fire hoods
Lot 4 – Fire boots (leather)
Lot 5 – Fire boots (rubber)
Potential Providers may submit responses for one, for several or for all Lots. The Authority may award a Contract for one, for several or for all Lots.
Evaluation of each Lot will be in accordance with the Selection and Award criteria which will determine the Most Economically Advantageous tender in each Lot.
The fire helmets, fire fighting gloves, fire hoods and fire boots must be compatible with the Authority’s existing equipment and as a completed ensemble with Fire Coats and Fire Trousers.
The Authority proposes to enter into Contract(s) for a period of 5 years, with a break review after three years, with the Contractor(s). The Authority may extend the Contract(s) for further periods of 12 months up to 60 months in total. The Contract is anticipated to commence in March 2016 and will expire at the latest in February/March 2026.
The Authority intends to issue these Goods to personnel as rolling replacement for fair wear & tear and loss during the period of the Contract rather than as a whole scale replacement.
However, subject to the availability of funding the Authority may consider total replacement of certain garments during the period of the Contract.
The Value Range provided in this Section II2.1 provides an estimation for all Lots for a five years initial term. The Authority does not guarantee quantities and range information provided in this Notice is as a guide to Potential Providers.
The Authority proposes to enter into Contract(s) for a period of 5 years, with a break review after three years, with the Contractor(s). The Authority may extend the Contract(s) for further periods of 12 months up to 60 months in total. The Contract is anticipated to commence in March 2016 and will expire at the latest in February/March 2026.
Each optional twelve month extension is estimated to be valued between 125 000 GBP and 200 000 GBP
The Authority requires Fire helmets that provide as far as practical the highest overall, available, level of protection for uniform personnel undertaking firefighting and operational activities and which meet the following (or equivalent) Standards:
BS EN 443:2008 Helmets for fire fighting in buildings and other structures
BS EN 14458:2004 Personal eye-equipment. Face shields and visors for use with firefighters and high performance industrial safety helmets used by firefighters, ambulance and emergency services
The Authority intends to issue these Goods to personnel as rolling replacement for fair wear & tear and loss during the period of the Contract rather than as a whole scale replacement.
However, subject to the availability of funding the Authority may consider total replacement of certain garments during the period of the Contract.
The value range provides an estimation of spend for a five year initial term. The Authority does not guarantee quantities and take-up and information provided in this Notice is as a guide to Potential Providers
The Authority requires fire-fighting gloves that provide as far as practical the highest overall, available, level of protection for uniform personnel undertaking firefighting and operational activities.
The Gloves must meet the following (or equivalent) Standards:
BS EN 388:2003 Protective gloves against mechanical risks
BS EN 407:2004 Protective gloves against thermal risks (heat and/or fire)
BS EN 420:2003+A1:2009 Protective gloves. General requirements and test methods
BS EN 659:2003+A1:2008 Protective gloves for firefighters
The Authority intends to issue these Goods to personnel as rolling replacement for fair wear & tear and loss during the period of the Contract rather than as a whole scale replacement.
The value range provides an estimation of spend for a five year initial term. The Authority does not guarantee quantities and take-up and information provided in this Notice is as a guide to Potential Providers
The Authority requires fire hoods that provide as far as practical the highest overall, available, level of protection for uniform personnel undertaking firefighting and operational activities and which meet as a minimum the following (or equivalent) Standards:
BS EN 13911: 2004 + annex A & B, Protective clothing for firefighters. Requirements and test methods for fire hoods for firefighters
BS EN 367:1992 Protective clothing. Protection against heat and fire. Method for determining heat transmission on exposure to flame
BS EN ISO 13688:2013 Protective clothing. General requirements
The Authority intends to issue these Goods to personnel as rolling replacement for fair wear & tear and loss during the period of the Contract rather than as a whole scale replacement.
The value range provides an estimation of spend for a five year initial term. The Authority does not guarantee quantities and take-up and information provided in this Notice is as a guide to Potential Providers
The Authority requires Fire-fighting boots (leather) that provide as far as practical the highest overall, available, level of protection for uniform personnel undertaking firefighting and operational activities and which meet the following (or equivalent) Standards:
BS EN 15090:2012 Footwear for Firefighters (Type 2)
EN ISO 20345:2011 Personal protective equipment. Safety footwear
EN 50321:2000 Electrically insulating footwear for working on low voltage installations.
The Authority intends to issue these Goods to personnel as rolling replacement for fair wear & tear and loss during the period of the Contract rather than as a whole scale replacement.
The value range provides an estimation of spend for a five year initial term. The Authority does not guarantee quantities and take-up and information provided in this Notice is as a guide to Potential Providers
The Authority requires Fire-fighting boots (rubber) that provide as far as practical the highest overall, available, level of protection for uniform personnel undertaking firefighting and operational activities and which meet the following (or equivalent) Standards:
BS EN 15090:2012 Footwear for Firefighters (Type 2)
EN ISO 20345:2011 Personal protective equipment. Safety footwear
EN 50321:2000 Electrically insulating footwear for working on low voltage installations.
The Authority intends to issue these Goods to personnel as rolling replacement for fair wear & tear and loss during the period of the Contract rather than as a whole scale replacement.
The value range provides an estimation of spend for a five year initial term. The Authority does not guarantee quantities and take-up and information provided in this Notice is as a guide to Potential Providers
Minimum insurance levels:
Public and Products Liability: 5 000 000 GBP
Employers Liability: 5 000 000 GBP
Determined within the tender documentation
Organisations wishing to bid as either a consortium or subcontracting arrangement do not require a specific legal form in order to submit a tender. If the potential provider is a consortium, each member of the consortium will be jointly and severally liable for performance of the contract or shall select from amongst themselves a lead partner for the purposes of the procurement. All correspondence in relation to this procurement will be sent to the Lead Partner only.
Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015 on the basis of information provided in response to the Invitation to Tender. Completed responses to the Invitation to Tender must be returned via the e-tendering portal before the deadline for receipt of responses as notified in Section IV.3.4 of this OJEU Notice.
The Authority will review a range of economic information to evaluate your organisation‘s economic and financial standing. In addition to the requested financial information in the Invitation to Tender, the Authority may consult Experian reports and other credit rating or equivalent reports depending on where your organisation is located. In particular, the Authority will consider financial strength and risk of business failure.
If your organisation is evaluated as high risk the Authority may:
— ask for additional information, including information relating to your parent company, if applicable; and/or
— require a parent company guarantee or a performance bond.
Your organisation must have a minimum annual turnover that is at least twice the estimated annual contract value of the Lot or Lots awarded.
Refer to ITT documentation — https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Refer to ITT documentation — https://uk.eu-supply.com/login.asp?B=BLUELIGHT
DS136-15
Tenders will be opened by Devonand Somerset Fire and Rescue Authority employees, located at DSFRS Headquarters, The Knowle, Clyst St George, Exeter, Devon EX3 0NW
The Authority will incorporate a minimum 10 calendar day standstill period at the point that an intention to award decision notice is communicated to tenderers. The intention to award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tenderer; and will specify when the standstill period is expected to end. Appeals against the intention to award decision must be made in writing to the Authority by the date specified in the intention to award decision notice. If an appeal is not successfully resolved the Public Contracts Regulations 2015 provide for the aggrieved party who has been harmed or at risk of harm to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.