Contract notice

Information

Published

Expire date: 23/05/2022

External Reference: 2022-591131

FTS Reference: 2022-010525

Contract notice

Contract notice

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: Sophie Manns
Telephone: +44 1213806180
NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
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=46208&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

END OF LIFE VEHICLES FRAMEWORK
Reference number:  C5122
II.1.2)

Main CPV code

34115300  -  Second-hand transport vehicles
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

This framework agreement is to provide The West Midlands Fire and Rescue Authority with collection and delivery of End-of-life Vehicles for training and demonstration purposes which will include cutting the vehicles, removing the doors/roof and setting the vehicles on fire.
The Framework Agreement will be divided into the following work packages “Lots”:
(1) Lot 1 – Black Country Borough Command Areas
(2) Lot 2 – Birmingham Borough Command Areas
(3) Lot 3 - Coventry & Solihull Borough Command Areas
Tenderers are invited to bid for all or any of the available lots.
Please refer to the specification for full details.
II.1.5)

Estimated total value

Value excluding VAT: 260000.00  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:  3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Tenderers are invited to bid for all or any of the available lots -It is the preference of the
Authority that all the above Lots will be awarded to a single Tenderer. However, should it be
more economically advantageous to do so, the Authority may award separate contracts for
each Lot or a combination of Lots to separate Tenderers
II.2)

Description

II.2.1)

Title

END OF LIFE VEHICLES FRAMEWORK - BLACK COUNTRY BOROUGH COMMAND AREAS
Lot No:  1
II.2.2)

Additional CPV code(s)

34115300  -  Second-hand transport vehicles
II.2.3)

Place of performance

NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
II.2.4)

Description of the procurement

This framework agreement is to provide The West Midlands Fire and Rescue Authority with collection and delivery of End-of-life Vehicles for training and demonstration purposes which will include cutting the vehicles, removing the doors/roof and setting the vehicles on fire within the Black Country Borough.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  35%
Quality criterion  -  Name:  Social Value  /  Weighting:  5%
Price  -  Weighting:  60%
II.2.6)

Estimated value

Value excluding VAT: 90000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 24/07/2022  /  End: 23/07/2026
This contract is subject to renewal: yes
Description of renewals:  
Details to be provided in 2026.
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

END OF LIFE VEHICLES FRAMEWORK - BIRMINGHAM BOROUGH COMMAND AREAS
Lot No:  2
II.2.2)

Additional CPV code(s)

34115300  -  Second-hand transport vehicles
II.2.3)

Place of performance

NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

This framework agreement is to provide The West Midlands Fire and Rescue Authority with collection and delivery of End-of-life Vehicles for training and demonstration purposes which will include cutting the vehicles, removing the doors/roof and setting the vehicles on fire within the Birmingham Borough.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  35%
Quality criterion  -  Name:  Social Value  /  Weighting:  5%
Price  -  Weighting:  60%
II.2.6)

Estimated value

Value excluding VAT: 110000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 24/07/2022  /  End: 23/07/2026
This contract is subject to renewal: yes
Description of renewals:  
Details to be provided in 2026.
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

END OF LIFE VEHICLES FRAMEWORK - COVENTRY AND SOLIHULL BOROUGH COMMAND AREAS
Lot No:  3
II.2.2)

Additional CPV code(s)

34115300  -  Second-hand transport vehicles
II.2.3)

Place of performance

NUTS code:  UKG -  WEST MIDLANDS (ENGLAND)
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

This framework agreement is to provide The West Midlands Fire and Rescue Authority with collection and delivery of End-of-life Vehicles for training and demonstration purposes which will include cutting the vehicles, removing the doors/roof and setting the vehicles on fire within the Coventry and Solihull Borough.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Quality  /  Weighting:  35%
Quality criterion  -  Name:  Social Value  /  Weighting:  5%
Price  -  Weighting:  60%
II.2.6)

Estimated value

Value excluding VAT: 60000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 24/07/2022  /  End: 23/07/2026
This contract is subject to renewal: yes
Description of renewals:  
Details to be provided in 2026.
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:  2
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:  23/05/2022
Local time:  12:00
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:  23/05/2022
Local time:  12:00

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