Contract notice

Information

Published

Date of dispatch of this notice: 29/11/2017

Expire date: 05/01/2018

External Reference: 2017-573187

TED Reference: 2017/S 230-479090

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

West Midlands Fire and Rescue Authority
VAT No. 281 2856 47
99 Vauxhall Road, Nechells
Birmingham
B7 4HW
UK
Contact person: Jacky Perkins
Telephone: +44 1213806176
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: http://www.wmfs.net

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=22424&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Agreement for Gas Detection Monitors
Reference number:  C002461
II.1.2)

Main CPV code

38431100  -  Gas-detection apparatus
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

West Midlands Fire and Rescue Authority (the Authority) are establishing a framework agreement for the supply of Gas Detection Monitors and associated products for a period of four years. The framework could be accessed by UK Fire and Rescue Services, Ambulance Trusts and Police Forces (and their successors) through direct call off orders.
This single-supplier Framework Agreement is for the supply of Gas Detection Monitors and Associate Products to include but not limited to single channel monitors to detect Oxygen or Hydrogen Cyanide, four channel monitors to detect Explosive environments (LEL), Oxygen, Carbon Monoxide and Hydrogen Sulphide and five channel monitors to detect Explosive environments (LEL), Oxygen, Carbon Monoxide, Hydrogen Sulphide and Hydrogen Cyanide.
In addition to the call-off orders that will be placed over the four year framework period there are initial requirements identified in the tender documentation that would be ordered following award.
II.1.5)

Estimated total value

Value excluding VAT: 5000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

38431000  -  Detection apparatus
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK
II.2.4)

Description of the procurement

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.
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: 5000000.00  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
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: 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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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 a single operator
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  05/01/2018
Local time:  16:00
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 months : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  05/01/2018
Local time:  16:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
VI.4)

Procedures for review

VI.4.1)

Review body

West Midlands Fire and Rescue Authority
99 Vauxhall Road
Birmingham
B7 4HW
UK
Internet address: www.wmfs.net