Contract award notice

Information

Published

Date of dispatch of this notice: 05/03/2021

External Reference: 2021-585888

TED Reference: 2021/S 048-122020

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Devon and Somerset Fire and Rescue Authority
723645339
Service Headquarters, The Knowle, Clyst St George
Exeter
EX3 0NW
UK
Contact person: Louise Doherty
Telephone: +44 1392872525
Internet address(es):
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

DS314-20 Respiratory Protective Equipment, associated equipment and services
Reference number:  DS314-20
II.1.2)

Main CPV code

35111100  -  Breathing apparatus for firefighting
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Devon & Somerset Fire & Rescue Service (on behalf of the National Fire Chiefs Council, Respiratory Protective Equipment Group) has established a Framework Agreement for Respiratory Protective Equipment, associated equipment and services which commenced on 1 March 2021.
The Framework Agreement is let in seven Lots: Lot 1 Self-contained breathing apparatus with ancillaries; Lot 2 Cylinders with ancillaries; Lot 3 Integrated Communications systems; Lot 4 Telemetry; Lot 5 Maintenance services; Lot 6 Provision of parts, spares and consumables; Lot 7 Other respiratory protective equipment and services.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  46000000.00  GBP
II.2)

Description

II.2.1)

Title

DS314-20 Respiratory Protective Equipment, associated equipment and services
Lot No:  1
II.2.2)

Additional CPV code(s)

35111100  -  Breathing apparatus for firefighting
II.2.4)

Description of the procurement

Lot 1 Self-contained breathing apparatus with ancillaries
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100
Price  -  Weighting:  0
II.2.11)

Information about options

Options: yes
Description of options:
The initial term for this Framework Agreement is 48 months (4 years). The Authority reserves the right to extend the Framework Agreement by up to a further two years, in periods of 12 months, providing that there have been no substantial changes in the supply market and that the Framework Agreement continues to meet the needs of the Participating Services and Participating Customers.
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

Lot 2 Cylinders and accessories
Lot No:  2
II.2.2)

Additional CPV code(s)

35000000  -  Security, fire-fighting, police and defence equipment
II.2.4)

Description of the procurement

Lot 2 Cylinders and accessories
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100
Price  -  Weighting:  0
II.2.11)

Information about options

Options: yes
Description of options:
The initial term for this Framework Agreement is 48 months (4 years). The Authority reserves the right to extend the Framework Agreement by up to a further two years, in periods of 12 months, providing that there have been no substantial changes in the supply market and that the Framework Agreement continues to meet the needs of the Participating Services and Participating Customers.
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

Lot 3 Integrated Communications Systems
Lot No:  3
II.2.2)

Additional CPV code(s)

35000000  -  Security, fire-fighting, police and defence equipment
II.2.4)

Description of the procurement

Lot 3 Integrated Communications Systems
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100
Price  -  Weighting:  0
II.2.11)

Information about options

Options: yes
Description of options:
The initial term for this Framework Agreement is 48 months (4 years). The Authority reserves the right to extend the Framework Agreement by up to a further two years, in periods of 12 months, providing that there have been no substantial changes in the supply market and that the Framework Agreement continues to meet the needs of the Participating Services and Participating Customers.
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

Lot 4 Telemetry
Lot No:  4
II.2.2)

Additional CPV code(s)

35000000  -  Security, fire-fighting, police and defence equipment
II.2.4)

Description of the procurement

Lot 4 Telemetry
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100
Price  -  Weighting:  0
II.2.11)

Information about options

Options: yes
Description of options:
The initial term for this Framework Agreement is 48 months (4 years). The Authority reserves the right to extend the Framework Agreement by up to a further two years, in periods of 12 months, providing that there have been no substantial changes in the supply market and that the Framework Agreement continues to meet the needs of the Participating Services and Participating Customers.
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

Lot 5 Maintenance Services
Lot No:  5
II.2.2)

Additional CPV code(s)

50000000  -  Repair and maintenance services
II.2.4)

Description of the procurement

Lot 5 Maintenance Services for self-contained breathing apparatus and associated equipment and other respiratory protective equipment
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100
Price  -  Weighting:  0
II.2.11)

Information about options

Options: yes
Description of options:
The initial term for this Framework Agreement is 48 months (4 years). The Authority reserves the right to extend the Framework Agreement by up to a further two years, in periods of 12 months, providing that there have been no substantial changes in the supply market and that the Framework Agreement continues to meet the needs of the Participating Services and Participating Customers.
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

Lot 6 Provision of parts, spares and consumables
Lot No:  6
II.2.2)

Additional CPV code(s)

35000000  -  Security, fire-fighting, police and defence equipment
II.2.4)

Description of the procurement

Lot 6 Provision of parts, spares and consumables for respiratory protective equipment
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100
Price  -  Weighting:  0
II.2.11)

Information about options

Options: yes
Description of options:
The initial term for this Framework Agreement is 48 months (4 years). The Authority reserves the right to extend the Framework Agreement by up to a further two years, in periods of 12 months, providing that there have been no substantial changes in the supply market and that the Framework Agreement continues to meet the needs of the Participating Services and Participating Customers.
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

Lot 7 Other respiratory protective equipment and services
Lot No:  7
II.2.2)

Additional CPV code(s)

35000000  -  Security, fire-fighting, police and defence equipment
II.2.4)

Description of the procurement

Lot 7 Other respiratory protective equipment and services
Respiratory Protective Equipment and supporting services, designed to protect the respiratory system from atmospheres that are potentially hazardous to health but where it is not deemed necessary or appropriate to wear Breathing Apparatus.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  100
Price  -  Weighting:  0
II.2.11)

Information about options

Options: yes
Description of options:
The initial term for this Framework Agreement is 48 months (4 years). The Authority reserves the right to extend the Framework Agreement by up to a further two years, in periods of 12 months, providing that there have been no substantial changes in the supply market and that the Framework Agreement continues to meet the needs of the Participating Services and Participating Customers.
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 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
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: 2020/S 209-511770

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: DS314-20 Respiratory Protective Equipment, associated equipment and services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

27/02/2021
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Draeger Safety UK Ltd
Ullswater Close, Blyth Riverside Business Park,
Blyth,
NE24 4RG
UK

The contractor is an SME : no
Interspiro Ltd
7 Hawksworth Road, Central Park,
Telford,
TF2 9TU
UK

The contractor is an SME : yes
MSA (Britain) Ltd
Hopton Park
Devizes
SN10 2JP
UK

The contractor is an SME : yes
Scott Health & Safety Limited
Pimbo Road,
Skelmersdale,
WN8 9RA
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1.00  GBP / Highest offer:  9000000.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Cylinders

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/02/2021
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  1
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Interspiro Ltd
Interspiro Ltd
7 Hawksworth Road, Central Park,
Telford,
TF2 9TU
UK

The contractor is an SME : yes
MSA (Britain) Ltd
MSA (Britain) Ltd
Hopton Park
Devizes
SN10 2JP
UK

The contractor is an SME : yes
Draeger Safety UK Ltd
Ullswater Close
Blyth
NE24 4RG
UK

The contractor is an SME : no
Scott Health & Safety Limited
Pimbo Road
Skelmersdale
WN8 9RA
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1.00  GBP / Highest offer:  8000000.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 3

Lot No: 3

Title: Integrated Communications Systems

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/02/2021
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Draeger Safety UK Ltd
Ullswater Close
Blyth
NE24 4RG
UK

The contractor is an SME : no
Interspiro Ltd
7 Hawksworth Road
Telford
TF2 9TU
UK

The contractor is an SME : yes
MSA (Britain) Ltd
Hopton Park
Devizes
SN10 2JP
UK

The contractor is an SME : yes
Scott Health & Safety Ltd
Pimbo Road
Skelmersdale
WN8 9RA
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1.00  GBP / Highest offer:  8000000.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 4

Lot No: 4

Title: Telemetry

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/02/2021
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Draeger Safety UK Ltd
Ullswater Close
Blyth
UK

The contractor is an SME : no
Interspiro Ltd
7 Hawksworth Road
Telford
UK

The contractor is an SME : yes
MSA (Britain) Ltd
Hopton Park
Devizes
UK

The contractor is an SME : yes
Scott Health & Safety Ltd
Pimbo Road
Skelmersdale
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1.00  GBP / Highest offer:  8000000.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 5

Lot No: 5

Title: Maintenance Services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/02/2021
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Draeger Safety UK Ltd
Ullswater Close
Blyth
UK

The contractor is an SME : no
Interspiro Ltd
7 Hawksworth Road
Telford
UK

The contractor is an SME : yes
MSA (Britain) Ltd
Hopton Park
Devizes
UK

The contractor is an SME : yes
Scott Health & Safety Ltd
Pimbo Road
Skelmersdale
UK

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1.00  GBP / Highest offer:  5000000.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 6

Lot No: 6

Title: Provision of parts, spares and consumables

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/02/2021
V.2.2)

Information about tenders

Number of tenders received:  5
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  5
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Draeger Safety UK Ltd
Ullswater Close
Blyth
UK

The contractor is an SME : no
Interspiro Ltd
7 Hawksworth Road
Telford
UK

The contractor is an SME : yes
MSA (Britain) Ltd
Hopton Park
Devizes
UK

The contractor is an SME : yes
Scott Health & Safety Ltd
Pimbo Road
Skelmersdale
UK

The contractor is an SME : no
Semmco Life Support Systems Ltd
9 Kestrel Way
Woking
GU21 3BA
UK

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1.00  GBP / Highest offer:  4000000.00  GBP   taken into consideration

Section V: Award of contract

Contract No: 7

Lot No: 7

Title: Other respiratory protective equipment and services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

25/02/2021
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Arco Ltd
PO Box 21, Waverley Street
Hull
HU1 2SJ
UK

The contractor is an SME : no
Draeger Safety UK Ltd
Ullswater Close
Blyth
UK

The contractor is an SME : no
Interspiro Ltd
7 Hawksworth Road
Telford
UK

The contractor is an SME : yes
MSA (Britain) Ltd
Hopton Park
Devizes
UK

The contractor is an SME : yes
Scott Health & Safety Ltd
Pimbo Road
Skelmersdale
UK

The contractor is an SME : no
Semmco Life Protection Systems Limited
9 Kestrel Way
Woking
GU21 3BA
UK

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Lowest offer:  1.00  GBP / Highest offer:  4000000.00  GBP   taken into consideration

Section VI: Complementary information

VI.3)

Additional information

The Framework Agreement is available to access by the Participating Services, which shall include the Fire and Rescue Authorities in England; Scotland; Wales; Northern Ireland; the States of Jersey; Guernsey and Isle of Man; including their trading arms and community interest companies; their successor authorities; and their nominated agents.
Participating Services: https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
South western region: Avon, Cornwall, Devon & Somerset, Dorset & Wiltshire, Gloucestershire, Guernsey, Jersey, Isles of Scilly. South Eastern Region: Buckinghamshire, East Sussex, Hampshire and Isle of Wight, Kent, Oxfordshire, Royal Berkshire ,Surrey, West Sussex. North Eastern Region: Cleveland, Durham, Northumberland, Tyne and Wear. Yorkshire & Humberside Region: Humberside, North Yorkshire, South Yorkshire, West Yorkshire. North Western Region: Cheshire, Cumbria, Isle of Man, Lancashire, Greater Manchester, Merseyside, Northern Ireland. Eastern Region: Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk, Suffolk. East Midlands Region: Derbyshire, Leicestershire, Lincolnshire, Nottinghamshire, Northamptonshire. West Midlands Region: Hereford and Worcester, Shropshire, Staffordshire, Warwickshire, West Midlands. London: London Fire Brigade. Wales: Mid and West Wales, North Wales, South Wales. Scotland: Scottish Fire and Rescue Service.
The Framework Agreement is also be available to access by Participating Customers who are other bodies associated with Fire and Rescue activities with similar requirements, their successor authorities and their nominated agents, including:
Police Forces in the UK https://www.police.uk/pu/contact-the-police/uk-police-forces/ Including British Transport Police, Civil Nuclear Constabulary: Ambulance Service NHS Trusts in the UK https://aace.org.uk/uk-ambulance-service/: UK Government Departments, agencies and public bodies https://www.gov.uk/government/organisations including Defence Fire Risk Management Organisation, Environment Agency, HM Prison Service, HM Revenue & Customs, Maritime and Coastguard Agency.
The Authority reserves the right to extend the Framework Agreement by up to a further two years, providing that there have been no substantial changes in the supply market and that the Framework Agreement continues to meet the needs of the Participating Services and Participating Customers.
VI.4)

Procedures for review

VI.4.1)

Review body

Devon & Somerset Fire & Rescue Authority
The Knowle
Exeter
EX3 0NW
UK
Telephone: +44 1392872200
Fax: +44 1392872300

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Authority has complied with Regulation 87 of the Public Contracts Regulations 2015 in respect of standstill procedures and notifying award decisions in accordance with Regulation 86.