Contract notice

Information

Published

Date of dispatch of this notice: 30/11/2015

Expire date: 12/01/2016

External Reference: 2015-021744

TED Reference: 2015/S 234-424755

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Supplies

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

Devon and Somerset Fire and Rescue Authority
723645339
Service Headquarters, The Knowle, Clyst St George
EX3 0NW  Exeter
UK
For the attention of: Louise Doherty
Telephone: +44 1392872200
E-mail: procurement@dsfire.gov.uk
Internet address(es):
General address of the contracting authority: http://www.dsfire.gov.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/30504
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14168&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14168&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Supply of Fire-fighting Personal Protective Equipment - Helmets, Gloves, Fire-hoods, Boots (leather), Boots (rubber)

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:

    Exeter

    NUTS code
    SOUTH WEST (ENGLAND)
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    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

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35100000   Emergency and security equipment
    Supplementary vocabulary
    35811100   Fire-brigade uniforms
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  yes
    Tenders may be submitted for  one or more lots
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    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.

    Estimated cost excluding VAT
    Range: between  600000  and 1300000  GBP
    II.2.2)

    Information about options

    Options: yes
    Description of these options:

    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

    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 060 (from the award of the contract)

    Information about lots

    Lot No: 1  Lot title: Supply of Fire-fighting Helmets
    1)

    Short description:

    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

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35100000   Emergency and security equipment
    Supplementary vocabulary
    35811100   Fire-brigade uniforms
    3)

    Quantity or scope:

    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

    Estimated cost excluding VAT
    Range: between  275000  and 750000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 2  Lot title: Supply of Fire-fighting Gloves
    1)

    Short description:

    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

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35100000   Emergency and security equipment
    Supplementary vocabulary
    35811100   Fire-brigade uniforms
    3)

    Quantity or scope:

    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

    Estimated cost excluding VAT
    Range: between  100000  and 200000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 3  Lot title: Supply of Fire-hoods
    1)

    Short description:

    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

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35100000   Emergency and security equipment
    Supplementary vocabulary
    35811100   Fire-brigade uniforms
    3)

    Quantity or scope:

    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

    Estimated cost excluding VAT
    Range: between  35000  and 60000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 4  Lot title: Supply of Fire-fighting Boots (Leather)
    1)

    Short description:

    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.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35100000   Emergency and security equipment
    Supplementary vocabulary
    35811100   Fire-brigade uniforms
    3)

    Quantity or scope:

    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

    Estimated cost excluding VAT
    Range: between  150000  and 250000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Lot No: 5  Lot title: Supply of Fire-fighting Boots (rubber)
    1)

    Short description:

    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.

    2)

    Common procurement vocabulary (CPV)

    Main vocabulary
    35100000   Emergency and security equipment
    Supplementary vocabulary
    35811100   Fire-brigade uniforms
    3)

    Quantity or scope:

    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

    Estimated cost excluding VAT
    Range: between  50000  and 150000  GBP
    4)

    Indication about different date for duration of contract or starting/completion

    5)

    Additional information about lots:

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.1)

    Deposits and guarantees required:

    Minimum insurance levels:

    Public and Products Liability: 5 000 000 GBP

    Employers Liability: 5 000 000 GBP

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Determined within the tender documentation

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    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.

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    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.

    Minimum level(s) of standards possibly required:

    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.

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Refer to ITT documentation — https://uk.eu-supply.com/login.asp?B=BLUELIGHT

    Minimum level(s) of standards possibly required:

    Refer to ITT documentation — https://uk.eu-supply.com/login.asp?B=BLUELIGHT

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Open
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    DS136-15

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Time limit for receipt of requests for documents or for accessing documents: 12.01.2016 - 12:00
    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    12.01.2016 - 12:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]
    IV.3.7)

    Minimum time frame during which the tenderer must maintain the tender

    Duration in months: 003 (from the date stated for receipt of tender)
    IV.3.8)

    Conditions for opening tenders

    Date: 12.01.2016 - 12:00
    Persons authorised to be present at the opening of tenders: yes

    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

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    Devon & Somerset Fire and Rescue Authority
    723645339
    The Knowle, Clyst St George,
    EX3 0NW  Exeter
    UK
    Telephone: +44 1392872200
    E-mail: procurement@dsfire.gov.uk
    Fax: +44 1392872300
    Internet address: http://www.dsfire.gov.uk
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    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.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained