By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Supply of Layered Firefighting Personal Protective Equipment.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Greater Manchester Fire and Rescue Authority
146 Bolton Road, Swinton
For the attention of: Debbie Partington
M27 8US Manchester
UNITED KINGDOM

Internet address(es):

Electronic access to information: https://www.supply4nwfire.org.uk/delta

Electronic submission of tenders and requests to participate: https://www.supply4nwfire.org.uk/delta

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and 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
Regional or local authority
I.3)Main activity
Social protection
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Merseyside Fire and Rescue Service
Bridle Road, Bootle
L30 4YD Merseyside
UNITED KINGDOM

Lancashire Combined Fire Authority
Garstang Road, Fulwood
PR2 3LH Preston
UNITED KINGDOM

Cheshire Fire and Rescue Service
Headquarters
CW7 2FQ Winsford
UNITED KINGDOM

Cumbria County Council
The Courts
CA3 8NA Carlisle
UNITED KINGDOM

Northern Ireland Fire and Rescue Service
1 Seymour Street, Lisurn
BT27 4SX County Antrim
UNITED KINGDOM

Isle of Man Fire and Rescue Service
Elm Tree House, Elm Tree Road
IM3 4EF Onchan
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Supply of Layered Firefighting Personal Protective Equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKD

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Fire-brigade uniforms. As part of its Future Fire Fighting project, Greater Manchester Fire and Rescue Service (GMFRS) is running a tender for 'layered' personal protective equipment (PPE). The contract will initially be utilised by GMFRS but is advertised as a regional contract and as such, can at any time during the contract period, be utilsed by Merseyside FRS, Cheshire FRS, Lancs. FRS, Cumbria FRS, Northern Ireland FRS and the Isle of Man FRS.
II.1.6)Common procurement vocabulary (CPV)

35811100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
It is acknowledged that our workloads are very diverse, are subject to constant change and that this dynamicity will continue.
When fire-fighters deal with a road traffic collision, a flooding or a skip fire they wear exactly the same kit that is provided for entering a burning building. This fire kit, termed "structural” fire kit, and is constructed to be able to withstand compartment fires.
Inherently higher levels of protection for comparably lower levels of risk. Structural fire kit, designed for intervention in burning buildings, has inherent protective capabilities for said risk, namely thermal protection and ergonomic fit.
As such, when fire-fighters use the structural kit at road traffic collisions and on lower risk fires, such as rubbish, skip and/or car fires, problems arise of the kit being too heavy, too bulky and thermally too efficient (get too hot).
Structural fire kit is complex by design, has to pass stringent European Standards testing and as a result is very expensive. Expense, within reason, should not be an issue when protecting fire-fighters for entry into burning buildings. A good deal of expense is incurred by the frequent damage as a result of wearing a very expensive and complexly designed piece of kit for road traffic collisions, lower risk fires, training exercises and ‘other' everyday use (data regarding damage/repair/replacement regime shows this).
Layering - In understanding the diversity of incidents attended, analysing the intervention requirements, applying correct levels of personal protection, application of professional judgement and appropriate revisions of procedure, a solution to the PPE conundrum can be realised.
The solution will be to provide layers of kit which will provide protection, in a modular layering format, where the wearer layers up from lower risk (addition of more layers) through to the higher risk (structural). The exact make-up of the layering approach will be realised as part of the project in partnership with manufacturer design teams.
Benefits - It is acknowledged that our present PPE, being of structural design, is worn by all fire-fighters when undertaking firefighting, rescues, training activities and worn during inclement weather on watching duties.
It can clearly be seen that the kit is designed for our least frequent interventions and is often damaged by snagging, abrasion and general wear and tear. The layered approach will mitigate this by design.
Approach - The ‘Level 1' ensemble (initial layer(s)) will be the default ‘every day wear' (not station wear) and be designed to perform and be worn for most interventions. Levels of protection here still exist but are lower than those required in structural garments.
The ‘Level 1' ensemble will be comparatively cheaper to produce (less complex by design), be cheaper and easier to repair (designed with replaceable sections (reducing excessive use of unsightly patches)).
The ‘Level 1' ensemble, due to the need for a good ‘fit' beneath subsequent layers of protection, will need to be fitted and should therefore be procured on a personal issue basis.
Subsequent layering up, to the structural (compartment) standard, will be achieved from additional garments with enhanced levels of protection.
These garments are comparatively expensive, however are worn with much less frequency. These ‘final' garments do not need to be fitted and may therefore be provided via a station based ‘pooled' system and profiled to provide only sufficient garments for the number of riders on an appliance.
Summary - Whilst ensuring that fire-fighters are provided with the best equipment, training and procedures it is incumbent upon us to look at current intervention PPE provision and radically re-design it to ‘fit' the modern world. Doing so will not only realise kit that is fit for purpose and future proof, it will provide a layered solution which can be procured as such.
A layered solution will also provide "the right kit for the right job” thereby promoting increase wearer comfort and protection, avoiding bulk, overheating, enabling a more efficient fire/rescue intervention. It is accepted that the initial procurement costs may be greater due to the increased quantity of materials used, however, whole life costing will carry a significant weighting as part of the scoring in this procurement exercise as it is expected that the ‘Level 1' ensemble will bear the brunt of the wear and tear, will be modular in design, cost effective to repair thereby promoting the longevity and minimising whole life costs of the kit.
Following the evaluation of the PQQ's, a maximum of six organisations shall be short listed and progress through to the ITT stage of the process. The six highest scoring tenderers from the PQQ evaluation are the organisations that shall be short listed to the ITT stage. Within the ITT stage, there will be a 'bidders day' and a number of 'bidder clarification sessions' with the short listed bidders. The full timetable is included within the PQQ document. The contract will run for a three year period, with the option to take two, seperate twelve month extensions.

All PQQ and associated tender documents must be accessed and downloaded via the supply4nwfire tendering portal, www.supply4nwfire.org.uk

II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed within the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed 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:
As detailed within the tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed within the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (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.
Minimum level(s) of standards possibly required: An Experian credit check shall be undertaken when evaluating PQQ responses. Bidders are requested to provide additional supporting information should there credit score be deemed low and therefore high risk.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) A list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Minimum level(s) of standards possibly required:
As detailed within the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 minimum number 5: and maximum number 7
Objective criteria for choosing the limited number of candidates: The six highest scoring organisations in line with the PQQ evaluation shall be short listed and issued with invitation to tenders. Given the potential complexity of the new approach and potential EN certification and approval required by prospective providers, in order to minimise bidder costs the numbers of short listed organisations is to be restricted to six.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
15.5.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
20.5.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

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.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.

The information and/or documents for this opportunity are available on https://www.supply4nwfire.org.uk/delta. You 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.

Suppliers must log in, go to your Response Manager and add the following Access Code: 3JPW5AH728. Please ensure you follow any instruction provided to you here.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.supply4nwfire.org.uk/tenders/UK-UK-Manchester:-Fire-brigade-uniforms./3JPW5AH728

To respond to this opportunity, please click here: https://www.supply4nwfire.org.uk/respond/3JPW5AH728

GO Reference: GO-2013410-PRO-4720115.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.4.2013

Other interesting websites