Skip to main content.

Commercial Services: Supply of Emergency Response, Rescue Equipment and Associated Services

  Commercial Services is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of Emergency Response, Rescue Equipment and Associated Services
Notice type: Contract Notice
Authority: Commercial Services
Nature of contract: Supplies
Procedure: Open
Short Description: KCS Procurement Services, acting for and on behalf of Kent County Council (KCC) and the Commercial Service Group (CSG), a Public Buying Organisation (PBO), wish to create a national, user friendly, time and cost-effective Framework Agreement for the supply of Emergency Response, Rescue Equipment and Associated Services. Lot 1 - Working at Heights Lot 2 - Restricted and confined spaces Lot 3 - Water Rescue Lot 4 - Drones and Thermal Imaging Lot 5 - Cutting Equipment and Tools Lot 6 - Medical Response Equipment (inc. defibrillators) Lot 7 - Emergency Shelters
Published: 22/02/2023 14:14

View Full Notice

UK-West Malling: Rescue and emergency equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Kent County Council (t/a Procurement Services)
             1 Abbey Wood Road,, Kings Hill, West Malling, ME19 4YT, United Kingdom
             Tel. +44 1622476849, Email: csgprocurement@csltd.org.uk
             Contact: Tamara Stevens
             Main Address: www.commercialservices.org.uk, Address of the buyer profile: www.commercialservices.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Rescue-and-emergency-equipment./4759B9JQPM
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/4759B9JQPM to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Supply of Emergency Response, Rescue Equipment and Associated Services       
      Reference Number: Y23046
      II.1.2) Main CPV Code:
      35112000 - Rescue and emergency equipment.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: KCS Procurement Services, acting for and on behalf of Kent County Council (KCC) and the Commercial Service Group (CSG), a Public Buying Organisation (PBO), wish to create a national, user friendly, time and cost-effective Framework Agreement for the supply of Emergency Response, Rescue Equipment and Associated Services.
Lot 1 - Working at Heights
Lot 2 - Restricted and confined spaces
Lot 3 - Water Rescue
Lot 4 - Drones and Thermal Imaging
Lot 5 - Cutting Equipment and Tools
Lot 6 - Medical Response Equipment (inc. defibrillators)
Lot 7 - Emergency Shelters       
      II.1.5) Estimated total value:
      Value excluding VAT: 20,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: 7
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Working at Heights       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      35112000 - Rescue and emergency equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of Emergency Response, Rescue Equipment and Associated Services for Working at Heights. This would include the leasing of equipment if required and after sale servicing. We are looking for suppliers that can supply all the equipment in the scope but not limited to:

Fall Arrest including Lanyards
Harnesses
Suspension seats and lifting accessories
Ropes
Descenders and ascenders connectors
Pulleys and anchorage
Ladders and platforms / Power access platforms
Reach poles
Ice grippers and crampons
Stretchers
Rescue triangles and slings
Inflatable jump cushions and accessories
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement are designated in the Invitation to Tender document.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Restricted and Confined Spaces       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      35112000 - Rescue and emergency equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of Emergency Response, Rescue Equipment and Associated Services for working in restricted and confined spaces. This would include the leasing of equipment if required and after sale servicing. We are looking for suppliers that can supply all the equipment in the scope but not limited to:

Breathing apparatus
Tripods including fall arrest
Gas monitor
Ropes
Harnesses
Stretchers/backboards
Pulleys and anchorage
Lanyards
Rescue poles
Torches/ head torches
Rescue winch
Forcible entry tools -Entry aids for manholes/ tanks
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement are designated in the Invitation to Tender document.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Water Rescue Equipment       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      35112000 - Rescue and emergency equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply Emergency Response, Rescue Equipment and Associated Services in Water Rescue. This would include the leasing of equipment if required and after sale servicing. We are looking for suppliers that can supply all the equipment in the scope but not limited to:

Wetsuits
Life jackets
Helmets, gloves, boots
Reach and wading poles
Inflatable rescue boats
Inflatable rescue sleds and rafts
Inflatable walkways
Lighting/ torches
Small tools (knives/escape hammers)
Buoys/ flotation aids/ life rings
Throw bags/ tools
Fins/ masks/ snorkels
Water rescue signal device
Rescue bags/dry bags
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement are designated in the Invitation to Tender document.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Drones and Thermal Imaging Equipment       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      35112000 - Rescue and emergency equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of Drone and Thermal Camera Imaging. This would include the leasing of equipment if required and after sale servicing. We are looking for suppliers that can supply all the equipment in the scope but not limited to:

Multicopters
Thermal devices
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement are designated in the Invitation to Tender document.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Cutting Equipment and Tools       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      35112000 - Rescue and emergency equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of Emergency Response, Rescue Equipment - Cutting Equipment and Tools. This would include the leasing of equipment if required and after sale servicing. We are looking for suppliers that can supply all the equipment in the scope but not limited to:


Heavy duty cutters
Spreaders
Combination tools
Lifting bags
Forcible entry tools
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement are designated in the Invitation to Tender document.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Medical Response Equipment including defibrillators       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      35112000 - Rescue and emergency equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of Medical Response Equipment. This would include the leasing of equipment if required and after sale servicing. We are looking for suppliers that can supply all the equipment in the scope but not limited to:

Defibrillators
Heat retaining/ thermal blanket
Torches
First aid kit
Resuscitators
Evacuation chairs/ drag mat
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement are designated in the Invitation to Tender document.       
II.2) Description Lot No. 7
      
      II.2.1) Title: Emergency Shelters       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      35112000 - Rescue and emergency equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This LOT is for the supply of Emergency Shelters. This would include the leasing of equipment if required. We are looking for suppliers that can supply all the equipment in the scope but not limited to:

Pop up shelters
Decontamination shelters
Medical tents
Inflatable emergency tents
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority. Those organisations who may wish to access this Framework Agreement are designated in the Invitation to Tender document.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 05/04/2023 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 48
      
      IV.2.7) Conditions for opening of tenders:
         Date: 05/04/2023
         Time: 14:15
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.

All public bodies will have access to this Framework Agreement with the agreement of the Contracting Authority.  Those organisations who may wish to access this Framework Agreement will be members, Affiliates and associates of the CBC Group, local government authorities, the police service, the fire service, the NHS and NHS trusts, housing associations, third sector organisations, academic centres (including Academies), free schools, publicly funded organisations and publicly owned private companies, operating within the geographic boundaries of the United Kingdom, Channel Islands, Northern Ireland and Isle of Man.    For additional information please see the Invitation to Tender document 
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Rescue-and-emergency-equipment./4759B9JQPM

To respond to this opportunity, please click here:
https://csg.delta-esourcing.com/respond/4759B9JQPM
   VI.4) Procedures for review
   VI.4.1) Review body:
             Commercial Services Kent Ltd
       1 Abbey Wood Road,, Kings Hill, West Malling, ME19 4YT, United Kingdom
       Email: csgprocurement@csltd.org.uk
       Internet address: www.commercialservices.org.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 22/02/2023

Annex A


View any Notice Addenda

View Award Notice