Contract notice

Information

Published

Date of dispatch of this notice: 04/12/2020

Expire date: 27/01/2021

External Reference: 2020-595429

TED Reference: 2020/S 238-589523

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
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=35704&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

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

NATIONAL FRAMEWORK AGREEMENT FOR SMOKE ALARMS FOR ALL UK FIRE AND RESCUE SERVICES
Reference number:  C002976
II.1.2)

Main CPV code

38431200  -  Smoke-detection apparatus
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This multi-supplier Framework Agreement is for the supply of Smoke Alarms and Associated Products to include but not limited to stand alone smoke alarms, interlinked smoke alarms, vibrating pads and strobes for the hearing impaired, carbon monoxide and heat alarms and a customer support service. The framework agreement is designed to meet the needs of UK Fire and Rescue Services for use in residential premises.
Through the establishment of this framework agreement all UK FRS’s will have the capability to place direct call off orders with the winning suppliers. A directory listing potential Fire and Rescue customers can be located on the National Fire Chiefs Council (NFCC) homepage. To locate the directory please click on the following link https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services FRS’s can then be located through a postcode or region search or alphabetically.
This invitation to tender closes on the 27 January 2021 at 16:00
II.1.5)

Estimated total value

Value excluding VAT: 30000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenderers may submit responses for one or more Lots. However, to bid for Lot 3 Tenderers also must bid for Lot 2. Tenderers may be included in the Framework Agreement for one, two or for all three Lots. However, Lot 3 will only be awarded to Tenderers who are successful in Lot 2. Bids for Lot 3 only will not be accepted.
II.2)

Description

II.2.1)

Title

Stand-alone Smoke Alarms, Heat Alarms and Carbon Monoxide Alarms
Lot No:  1
II.2.2)

Additional CPV code(s)

38431200  -  Smoke-detection apparatus
II.2.4)

Description of the procurement

This Lot of the multi-supplier Framework Agreement is for the supply of stand alone smoke alarms, heat alarms and carbon monoxide alarms. An in-house Customer Services must be available by telephone during office hours and have a facility to leave messages during other hours. There will be no minimum order quantities or values.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  45%
Quality criterion  -  Name:  Social Value  /  Weighting:  5%
Price  -  Weighting:  50%
II.2.6)

Estimated value

Value excluding VAT: 20000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2021  /  End: 31/05/2025
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
II.2)

Description

II.2.1)

Title

Hearing Impaired (wireless) Smoke Alarms and associated products
Lot No:  2
II.2.2)

Additional CPV code(s)

38431200  -  Smoke-detection apparatus
II.2.4)

Description of the procurement

This Lot of the multi-supplier Framework Agreement is for the supply of Hearing Impaired smoke alarms, heat alarms and carbon monoxide alarms and activating devices. An in-house Customer Services must be available by telephone during office hours and have a facility to leave messages during other hours. There will be no minimum order quantities or values.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  45%
Quality criterion  -  Name:  Social Value  /  Weighting:  5%
Price  -  Weighting:  50%
II.2.6)

Estimated value

Value excluding VAT: 5600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2021  /  End: 31/05/2025
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
II.2)

Description

II.2.1)

Title

Smart Home technology which includes Smoke Alarms and associate products along with monitoring equipment or apps.
Lot No:  3
II.2.2)

Additional CPV code(s)

38431200  -  Smoke-detection apparatus
79711000  -  Alarm-monitoring services
II.2.4)

Description of the procurement

This Lot of the Framework is for Smart Home Devices which are devices connected to a monitoring system. An in-house Customer Services must be available by telephone during office hours and have a facility to leave messages during other hours. There will be no minimum order quantities or values.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  45%
Quality criterion  -  Name:  Social Value  /  Weighting:  5%
Price  -  Weighting:  50%
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2021  /  End: 31/05/2025
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 several operators
Envisaged maximum number of participants to the framework agreement:  5
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:  27/01/2021
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:  27/01/2021
Local time:  16:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
VI.2)

Information about electronic workflows

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

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
London
UK