Scottish Fire & Rescue Service: Provision of Structural FireKit and Associated PPE

  Scottish Fire & Rescue Service has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Structural FireKit and Associated PPE
Notice type: Contract Notice
Authority: Scottish Fire & Rescue Service
Nature of contract: Supplies
Procedure: Restricted
Short Description: Provision of Structural Fire Kit (Tunic and Trousers) and assocaited items of PPE (Leather Fire Boots / Firefighting Helmet / Firefighting Gloves / Flash Hoods
Published: 23/12/2013 11:54

View Full Notice

UK-Perth: Protective and safety clothing.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Scottish Fire and Rescue Servce
      Headquarters, 5 Whitefriars Crescent, Perth, PH2 0PA, United Kingdom
      Tel. +44 1698402206, Email: stephen.mcdonagh@firescotland.gov.uk, URL: http://firescotland.gov.uk
      Contact: Procurement, Attn: Stephen McDonagh
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   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: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of Structural FireKit and Associated PPE
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKM - SCOTLAND         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Protective and safety clothing. Gloves. Firefighting, rescue and safety equipment. Helmets. Protective footwear. Hoods. Provision of Structural Fire Kit (Tunic and Trousers) and assocaited items of PPE (Leather Fire Boots / Firefighting Helmet / Firefighting Gloves / Flash Hoods
         
      II.1.6)Common Procurement Vocabulary:
         35113400 - Protective and safety clothing.
         
         18424000 - Gloves.
         
         35110000 - Firefighting, rescue and safety equipment.
         
         18444110 - Helmets.
         
         18830000 - Protective footwear.
         
         18443330 - Hoods.
         

      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: No
      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:
      Contract is for an initial 10 year period broken into blocks of 3yr /3yr /3yr /1yr to accomodate product refesh during the contract period. Additionally there shall be the option to extend, applied at the sole discretion of the SFRS for two 1 year periods in addition to the intial 10 yr period.                  
         Estimated value excluding VAT:
         Range between: 10,000,000 and 16,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 120
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 16/06/2014
         Completion: 15/06/2024

   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:
      SFRS reserves the right to request deposits, guarantees or any other forms of security
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      SFRS's payment terms shall be stated in the Invitation to Tender
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Requests to participate may be made from groups of economic operators (Consortia). In the event of a successful consortium bid, the contracting authority may specify that the consortium members take a particular legal form and/or require that a single consortium member takes primary liability or that each member undertakes joint and severally liability irrespective of the legal form adopted. Where a subsidiary company is used, the ultimate parent company may be required to provide a guarantee in respect of the performance of the contract by the subsidiary before acceptance.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Selected candidates shall be required to actively participate in the achievement of social and/or environmental objectives. Accordingly contract performance conditions may relate in particular to social and/or environmental or other corporate social responsibility considerations. Further details of these conditions together with the conditions to which the performance of the Contract is subject shall be set out in the pre-qualification questionnaire and/or the invitation to tender documentation      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      These shall be stated in the Pre-qualification Questionnaire      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         These shall be stated in the Pre Qualification Questionnaire and supporting appendices which are available for download from the e-tender system.         
         Minimum Level(s) of standards possibly required:
         These shall be stated in the Pre Qualification Questionnaire and supporting appendices which are available for download from the e-tender system
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         These shall be stated in the Pre Qualification Questionnaire and supporting appendices which are available for download from the e-tender system         
         Minimum Level(s) of standards possibly required:
         These shall be stated in the Pre Qualification Questionnaire and supporting appendices which are available for download from the e-tender system      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 5
         
         Objective Criteria for choosing the limited number of candidates:
         These shall be stated in the Pre-Qualification Questionnaire   
   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: 0188-1114      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 31/01/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 28/02/2014      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Yes
      Estimated timing for further notices to be published: June 2024
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

Candidates must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta.

Candidates must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Candidates must log in, and use the following Access Code: JPF4ZBWV33. Please ensure you follow any instruction provided to you here.


The deadline for submitting your response(s) is 12 noon on Friday 31st January 2014. Please ensure that you allow sufficient time to respond to this invite prior to the closing date and time, especially in the uploading of documents. Requests to participate must be made by completion and submission of the PQQ by the date and time shown above.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com.

The number of Candidates invited to tender shall be a maximum of 5 Candidates. The selected Candidates shall be those meeting the minimum requirements with the highest scores. In the event that it is not possible to distinguish between the scores of more than 5 Candidates, more than 5 short-listed Candidates may be selected. In the event that less than 5 Candidates meet the minimum requirements, SFRS reserves the right to select fewer than 5 to be invited to tender.

All submissions must be completed and submitted electronically, in accordance with the instructions in the PQQ.

Candidates are advised that SFRS is subject to the Freedom of Information Act 2000 ("the Act"). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidentiality or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. SFRS shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is not sufficient to include a statement of confidentiality encompassing all the information provided in the response.

SFRS shall not be responsible for any costs, charges or expenses incurred by candidates or tenderers and accepts no liability for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed. Bidding and bid costs are entirely at the risk of bidders and will not be refunded by SFRS under any circumstances.

All dates and times specified in this notice are only provisional and the SFRS reserves the right to change these.

SFRS reserves the right not to award any or part of this requirement.

Due to the impact of structural change on the SFRS, the contract value represents replishment and full scale re-issue.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=83873726
GO-20131223-PRO-5354075 TKR-20131223-PRO-5354074
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2012 (SSI 2012/1) may bring proceedings in the Sheriff Court or the Court of Session.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 23/12/2013

ANNEX A

View any Notice Addenda

View Award Notice