38431000
-
Detection apparatus
NUTS code:
UK -
UNITED KINGDOM
Main site or place of performance:
UK
West Midlands Fire and Rescue Authority are establishing a framework agreement for the supply of Gas Detection Monitors for a period of four years. The framework will be available to UK Fire and Rescue Services, Ambulance Trusts and Police Forces (and their successors) through direct call off orders.
A directory listing potential Fire and Rescue customers can be located on the Chief Fire Officers Association (CFOA) homepage. To locate the directory please click on the following link http://www.cfoa.org.uk/frs?alpha
Fire Services can then be located through a postcode or region search or alphabetically. The link to the Ambulance Services through ACCE is https://aace.org.uk/uk-ambulance-service/ The following 48 Police Force may call-off from the Framework Agreement: Avon and Somerset Constabulary, Bedfordshire Police, British Transport Police, Cambridgeshire Constabulary, Cheshire Constabulary, City of London Police, Civil Nuclear Constabulary, Cleveland Police, Cumbria Constabulary, Derbyshire Constabulary, Devon and Cornwall Police, Dorset Police, Durham Constabulary, Dyfed-Powys Police, Essex Police, Gloucestershire Constabulary, Greater Manchester Police, Gwent Police, Hampshire Constabulary, Hertfordshire Constabulary, Humberside Police, Kent Police, Lancashire Constabulary, Leicestershire Police, Lincolnshire Police, Merseyside Police, Metropolitan Police Service, Ministry of Defence Police, Norfolk Constabulary, North Wales Police, Northamptonshire Police, Northumbria Police, North Yorkshire Police, Nottinghamshire Police, Police Service of Northern Ireland, Police Service of Scotland, South Wales Police, South Yorkshire Police, Staffordshire Police, Suffolk Constabulary, Surrey Police, Sussex Police, Thames Valley Police, Warwickshire Police, West Mercia Police, West Midlands Police, West Yorkshire Police and Wiltshire Police.
This single-supplier Framework Agreement is for the supply of Gas Detection Monitors and Associate Products to include single channel monitors to detect Oxygen or Hydrogen Cyanide, four channel monitors to detect Explosive environments, Oxygen, Carbon Monoxide and Hydrogen Sulphide and five channel monitors to detect Explosive environments, Oxygen, Carbon Monoxide, Hydrogen Sulphide and Hydrogen Cyanide.
In addition to the call-off orders that will be placed over the framework period there are initial requirements identified in the tender documentation that would be ordered upon award.
The Framework Agreement will not be divided into “Lots” due to the desire for all three Emergency Services to standardise specifications thereby utilising the same training and operational methods.
Economic Operators must be able to demonstrate their technical competence.
Economic Operators must have or be prepared to obtain £5m public, products and employer’s liability insurance and be able to prove their financial stability. Economic Operators that cannot meet the requested turnover of £1,700,000 must be able to provide a guarantee from either a parent company or bank, failure to demonstrate this will result in a bid being rejected.
Contract award is expected to be February 2018 with a go live date of 1st March 2018
Economic Operators are asked to carefully consider whether they can meet the mandatory requirements and whether they could potentially provide an ongoing supply of gas monitors for the term of the framework agreement.
The full Service Specification is available to download, along with the Invitation to Tender, from the Bluelight e-tendering portal at www.bluelight.gov.uk
If you are not already registered as a supplier with EU Supply this process will need to be completed before your response can be submitted. Registration can be completed by clicking on the tab on the EU Supply homepage ‘Supplier Registration’ and following the instructions on screen.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Duration in months:
48
This contract is subject to renewal:
no
The procurement is related to a project and/or programme financed by European Union funds:
no