Planning

C16068 - Specialist PPE DPS LOT 9 Generic PPE

KENT FIRE AND RESCUE SERVICE

This public procurement record has 1 release in its history.

Planning

09 Aug 2021 at 15:49

Summary of the contracting process

The Kent Fire and Rescue Service is planning a procurement process titled "C16068 - Specialist PPE DPS LOT 9 Generic PPE" for the provision of specialised personal protective equipment (PPE) and associated services. This procurement falls within the goods category, with the relevant industry classification being occupational clothing, special workwear, and accessories (CPV Code: 18100000). A Supplier Engagement Session is scheduled to take place virtually on 19th August 2021, with a registration deadline of 5pm on 17th August 2021. The dynamic purchasing system (DPS) will be accessible to various fire and rescue authorities and Blue Light Emergency Services within the UK, facilitating compliance with the Public Contracts Regulations 2015 during this two-stage process.

This tender presents substantial opportunities for businesses involved in the manufacturing and supply of PPE and safety equipment, particularly those specialising in safety clothing, protective gear, and related services. Companies capable of meeting the specific requirements set forth in the tender, including suppliers of safety helmets, gloves, fire-resistant coveralls, and hi-visibility clothing, will find themselves well-positioned to compete. By taking part in the upcoming Supplier Engagement Sessions and successfully navigating the qualification process, these businesses can expand their market reach within the public sector and beyond, fulfilling vital equipment needs of emergency services across the UK.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

C16068 - Specialist PPE DPS LOT 9 Generic PPE

Notice Description

This is to advise of a Supplier Engagement Session in regards to the forthcoming opportunity (mentioned below) to be hosted virtually on 19th August 2021 by the Framework Authority. Please note to enable the maximum amount of attendee's to the session we will be limiting the number of attendees to 2 per organisation. Those interested in attending should respond via email to Specialistppe@kent.fire-uk.org, with their attendee's name and position held within the organisation by 5pm 17th August 2021. There will be additional Supplier Engagement events planned for October with a date to be confirmed. The Framework Authority intends create a Dynamic Purchasing System for the provision of Specialist Personal Protective Equipment (PPE) Clothing and Associated Services ("Supplies", Works'' and 'Services''). The Framework Authority is seeking the lots to cover * Category 1 - Safety helmets; * Category 2 - Non-prescriptive safety eyewear (glasses and goggles);; * Category 3 - Fire resistant coveralls; * Category 4 - Safety gloves; * Category 5 - Hi Visibility jackets; * Category 6 - Hi Visibility clothing; * Category 7 - Safety boots; * Category 8 - Thermal base layers; * Category 9 - Incident Command System Tabards (ICS) * Category 10 - Gas Tight Suits (GTS); * Category 11 - Liquid Tight Suits (CPS); * Category 12 - Chemical Protection Gloves; * Category 13 - Chainsaw trouser; * Category 14 - Chainsaw gloves; * Category 15 - Hot gas cutting-Leather spats; * Category 16 - Hot gas cutting-Helmet/face shield/goggles; * Category 17 - Hot gas cutting-Gauntlets; * Category 18 - Hot gas cutting-Flash hood; * Category 19 - USAR Technical PPE (Ensemble); * Category 20 - National Fire Cadets' Uniform * Category 21 - Laundry, including Decontamination, Cleaning, Repairs, Servicing and Testing This procurement is being undertaken via a Dynamic Purchasing System as a restricted procedure in line with Regulation 34 (5) of the Public Contracts Regulations 2015. The Dynamic Purchasing System will be made available to all Fire and Rescue Authorities and other Blue Light Emergency Services (as set out below). Those able to use the DPS are defined under the list of category 1 responders set out in the Civil Contingencies Act 2004 which includes Police Forces, British Transport Police, Ambulance Services, the Maritime and Coastguard Agency and will also include Border Force Agencies throughout the UK). Further to this the will also include those Category 2 responders under the Civil Contingencies Act 2004 which are public sector bodies or Voluntary Aid Societies, such as Kent Search and Rescue (Lowlands) or similar voluntary charitable organisations. Whose geographical area is within the British Islands (as defined in section 5 of the Interpretation Act 1978) to purchase such Supplies. The DPS will be a 2 stage process. The first stage, requires potential suppliers meet the Selection Questionnaire criteria set out within the information pack in order to qualify to be successfully added to the category lot they are interested in. There is no restrictions on the amount of lots any supplier is able to bid for. Suppliers may at any time be added to the DPS route as long as they successfully meet the Selection Questionnaire Criteria as set out in the information/ bid pack. In the 2nd stage individual Fire and Rescue services and other organisations as set out above as users of the DPS will be able to access the information per category lot in order that they may either complete a mini-competition or in the case of a single shortlisted supplier category lot direct award. No other direct awards will be allowed as it is strictly forbidden by Regulation 34 (Dynamic Purchasing Systems) of the Public Contracts Regulations 2015. In order to provide flexibility to those participating Authorities, they may choose collaborate as a combined group within their geographical region in order to aggregate demand and enable value for money through economies of scale.

Lot Information

Lot 1

This is to advise of a Supplier Engagement Session in regards to the forthcoming opportunity (mentioned below) to be hosted virtually on 19th August 2021 by the Framework Authority. Please note to enable the maximum amount of attendee's to the session we will be limiting the number of attendees to 2 per organisation. Those interested in attending should respond via email to Specialistppe@kent.fire-uk.org, with their attendee's name and position held within the organisation by 5pm 17th August 2021. There will be additional Supplier Engagement events planned for October with a date to be confirmed. The Framework Authority intends create a Dynamic Purchasing System for the provision of Specialist Personal Protective Equipment (PPE) Clothing and Associated Services ("Supplies", Works'' and 'Services''). The Framework Authority is seeking the lots to cover * Category 1 - Safety helmets; * Category 2 - Non-prescriptive safety eyewear (glasses and goggles);; * Category 3 - Fire resistant coveralls; * Category 4 - Safety gloves; * Category 5 - Hi Visibility jackets; * Category 6 - Hi Visibility clothing; * Category 7 - Safety boots; * Category 8 - Thermal base layers; * Category 9 - Incident Command System Tabards (ICS) * Category 10 - Gas Tight Suits (GTS); * Category 11 - Liquid Tight Suits (CPS); * Category 12 - Chemical Protection Gloves; * Category 13 - Chainsaw trouser; * Category 14 - Chainsaw gloves; * Category 15 - Hot gas cutting-Leather spats; * Category 16 - Hot gas cutting-Helmet/face shield/goggles; * Category 17 - Hot gas cutting-Gauntlets; * Category 18 - Hot gas cutting-Flash hood; * Category 19 - USAR Technical PPE (Ensemble); * Category 20 - National Fire Cadets' Uniform * Category 21 - Laundry, including Decontamination, Cleaning, Repairs, Servicing and Testing This procurement is being undertaken via a Dynamic Purchasing System as a restricted procedure in line with Regulation 34 (5) of the Public Contracts Regulations 2015. The Dynamic Purchasing System will be made available to all Fire and Rescue Authorities and other Blue Light Emergency Services (as set out below). Those able to use the DPS are defined under the list of category 1 responders set out in the Civil Contingencies Act 2004 which includes Police Forces, British Transport Police, Ambulance Services, the Maritime and Coastguard Agency and will also include Border Force Agencies throughout the UK). Further to this the will also include those Category 2 responders under the Civil Contingencies Act 2004 which are public sector bodies or Voluntary Aid Societies, such as Kent Search and Rescue (Lowlands) or similar voluntary charitable organisations. Whose geographical area is within the British Islands (as defined in section 5 of the Interpretation Act 1978) to purchase such Supplies. The DPS will be a 2 stage process. The first stage, requires potential suppliers meet the Selection Questionnaire criteria set out within the information pack in order to qualify to be successfully added to the category lot they are interested in. There is no restrictions on the amount of lots any supplier is able to bid for. Suppliers may at any time be added to the DPS route as long as they successfully meet the Selection Questionnaire Criteria as set out in the information/ bid pack. In the 2nd stage individual Fire and Rescue services and other organisations as set out above as users of the DPS will be able to access the information per category lot in order that they may either complete a mini-competition or in the case of a single shortlisted supplier category lot direct award. No other direct awards will be allowed as it is strictly forbidden by Regulation 34 (Dynamic Purchasing Systems) of the Public Contracts Regulations 2015. In order to provide flexibility to those participating Authorities, they may choose collaborate as a combined group within their geographical region in order to aggregate demand and enable value for money through economies of scale.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d295
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019238-2021
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Dynamic
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

18 - Clothing, footwear, luggage articles and accessories


CPV Codes

18100000 - Occupational clothing, special workwear and accessories

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Aug 20214 years ago
Submission Deadline
Not specified
Future Notice Date
1 Nov 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
KENT FIRE AND RESCUE SERVICE
Contact Name
Miss Sarah Walsh
Contact Email
specialistppe@kent.fire-uk.org
Contact Phone
+44 1622692121

Buyer Location

Locality
MAIDSTONE
Postcode
ME15 6XB
Post Town
Rochester
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ4 Kent
Small Region (ITL 3)
TLJ45 Mid Kent
Delivery Location
Not specified

Local Authority
Maidstone
Electoral Ward
Tovil
Westminster Constituency
Maidstone and Malling

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02d295-2021-08-09T16:49:19+01:00",
    "date": "2021-08-09T16:49:19+01:00",
    "ocid": "ocds-h6vhtk-02d295",
    "initiationType": "tender",
    "tender": {
        "id": "DN560460",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "C16068 - Specialist PPE DPS LOT 9 Generic PPE",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "18100000",
            "description": "Occupational clothing, special workwear and accessories"
        },
        "mainProcurementCategory": "goods",
        "description": "This is to advise of a Supplier Engagement Session in regards to the forthcoming opportunity (mentioned below) to be hosted virtually on 19th August 2021 by the Framework Authority. Please note to enable the maximum amount of attendee's to the session we will be limiting the number of attendees to 2 per organisation. Those interested in attending should respond via email to Specialistppe@kent.fire-uk.org, with their attendee's name and position held within the organisation by 5pm 17th August 2021. There will be additional Supplier Engagement events planned for October with a date to be confirmed. The Framework Authority intends create a Dynamic Purchasing System for the provision of Specialist Personal Protective Equipment (PPE) Clothing and Associated Services (\"Supplies\", Works'' and 'Services''). The Framework Authority is seeking the lots to cover * Category 1 - Safety helmets; * Category 2 - Non-prescriptive safety eyewear (glasses and goggles);; * Category 3 - Fire resistant coveralls; * Category 4 - Safety gloves; * Category 5 - Hi Visibility jackets; * Category 6 - Hi Visibility clothing; * Category 7 - Safety boots; * Category 8 - Thermal base layers; * Category 9 - Incident Command System Tabards (ICS) * Category 10 - Gas Tight Suits (GTS); * Category 11 - Liquid Tight Suits (CPS); * Category 12 - Chemical Protection Gloves; * Category 13 - Chainsaw trouser; * Category 14 - Chainsaw gloves; * Category 15 - Hot gas cutting-Leather spats; * Category 16 - Hot gas cutting-Helmet/face shield/goggles; * Category 17 - Hot gas cutting-Gauntlets; * Category 18 - Hot gas cutting-Flash hood; * Category 19 - USAR Technical PPE (Ensemble); * Category 20 - National Fire Cadets' Uniform * Category 21 - Laundry, including Decontamination, Cleaning, Repairs, Servicing and Testing This procurement is being undertaken via a Dynamic Purchasing System as a restricted procedure in line with Regulation 34 (5) of the Public Contracts Regulations 2015. The Dynamic Purchasing System will be made available to all Fire and Rescue Authorities and other Blue Light Emergency Services (as set out below). Those able to use the DPS are defined under the list of category 1 responders set out in the Civil Contingencies Act 2004 which includes Police Forces, British Transport Police, Ambulance Services, the Maritime and Coastguard Agency and will also include Border Force Agencies throughout the UK). Further to this the will also include those Category 2 responders under the Civil Contingencies Act 2004 which are public sector bodies or Voluntary Aid Societies, such as Kent Search and Rescue (Lowlands) or similar voluntary charitable organisations. Whose geographical area is within the British Islands (as defined in section 5 of the Interpretation Act 1978) to purchase such Supplies. The DPS will be a 2 stage process. The first stage, requires potential suppliers meet the Selection Questionnaire criteria set out within the information pack in order to qualify to be successfully added to the category lot they are interested in. There is no restrictions on the amount of lots any supplier is able to bid for. Suppliers may at any time be added to the DPS route as long as they successfully meet the Selection Questionnaire Criteria as set out in the information/ bid pack. In the 2nd stage individual Fire and Rescue services and other organisations as set out above as users of the DPS will be able to access the information per category lot in order that they may either complete a mini-competition or in the case of a single shortlisted supplier category lot direct award. No other direct awards will be allowed as it is strictly forbidden by Regulation 34 (Dynamic Purchasing Systems) of the Public Contracts Regulations 2015. In order to provide flexibility to those participating Authorities, they may choose collaborate as a combined group within their geographical region in order to aggregate demand and enable value for money through economies of scale.",
        "lots": [
            {
                "id": "1",
                "description": "This is to advise of a Supplier Engagement Session in regards to the forthcoming opportunity (mentioned below) to be hosted virtually on 19th August 2021 by the Framework Authority. Please note to enable the maximum amount of attendee's to the session we will be limiting the number of attendees to 2 per organisation. Those interested in attending should respond via email to Specialistppe@kent.fire-uk.org, with their attendee's name and position held within the organisation by 5pm 17th August 2021. There will be additional Supplier Engagement events planned for October with a date to be confirmed. The Framework Authority intends create a Dynamic Purchasing System for the provision of Specialist Personal Protective Equipment (PPE) Clothing and Associated Services (\"Supplies\", Works'' and 'Services''). The Framework Authority is seeking the lots to cover * Category 1 - Safety helmets; * Category 2 - Non-prescriptive safety eyewear (glasses and goggles);; * Category 3 - Fire resistant coveralls; * Category 4 - Safety gloves; * Category 5 - Hi Visibility jackets; * Category 6 - Hi Visibility clothing; * Category 7 - Safety boots; * Category 8 - Thermal base layers; * Category 9 - Incident Command System Tabards (ICS) * Category 10 - Gas Tight Suits (GTS); * Category 11 - Liquid Tight Suits (CPS); * Category 12 - Chemical Protection Gloves; * Category 13 - Chainsaw trouser; * Category 14 - Chainsaw gloves; * Category 15 - Hot gas cutting-Leather spats; * Category 16 - Hot gas cutting-Helmet/face shield/goggles; * Category 17 - Hot gas cutting-Gauntlets; * Category 18 - Hot gas cutting-Flash hood; * Category 19 - USAR Technical PPE (Ensemble); * Category 20 - National Fire Cadets' Uniform * Category 21 - Laundry, including Decontamination, Cleaning, Repairs, Servicing and Testing This procurement is being undertaken via a Dynamic Purchasing System as a restricted procedure in line with Regulation 34 (5) of the Public Contracts Regulations 2015. The Dynamic Purchasing System will be made available to all Fire and Rescue Authorities and other Blue Light Emergency Services (as set out below). Those able to use the DPS are defined under the list of category 1 responders set out in the Civil Contingencies Act 2004 which includes Police Forces, British Transport Police, Ambulance Services, the Maritime and Coastguard Agency and will also include Border Force Agencies throughout the UK). Further to this the will also include those Category 2 responders under the Civil Contingencies Act 2004 which are public sector bodies or Voluntary Aid Societies, such as Kent Search and Rescue (Lowlands) or similar voluntary charitable organisations. Whose geographical area is within the British Islands (as defined in section 5 of the Interpretation Act 1978) to purchase such Supplies. The DPS will be a 2 stage process. The first stage, requires potential suppliers meet the Selection Questionnaire criteria set out within the information pack in order to qualify to be successfully added to the category lot they are interested in. There is no restrictions on the amount of lots any supplier is able to bid for. Suppliers may at any time be added to the DPS route as long as they successfully meet the Selection Questionnaire Criteria as set out in the information/ bid pack. In the 2nd stage individual Fire and Rescue services and other organisations as set out above as users of the DPS will be able to access the information per category lot in order that they may either complete a mini-competition or in the case of a single shortlisted supplier category lot direct award. No other direct awards will be allowed as it is strictly forbidden by Regulation 34 (Dynamic Purchasing Systems) of the Public Contracts Regulations 2015. In order to provide flexibility to those participating Authorities, they may choose collaborate as a combined group within their geographical region in order to aggregate demand and enable value for money through economies of scale.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-11-01T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-1410",
            "name": "Kent Fire and Rescue Service",
            "identifier": {
                "legalName": "Kent Fire and Rescue Service"
            },
            "address": {
                "streetAddress": "The Godlands, Straw Mill Hill, Tovil",
                "locality": "Maidstone",
                "region": "UK",
                "postalCode": "ME15 6XB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Miss Sarah Walsh",
                "telephone": "+44 1622692121",
                "email": "specialistppe@kent.fire-uk.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kent.fire-uk.org/",
                "buyerProfile": "http://www.kent.fire-uk.org/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1410",
        "name": "Kent Fire and Rescue Service"
    },
    "language": "en"
}