Section one: Contracting authority
one.1) Name and addresses
West Midlands Fire and Rescue Authority
99 Vauxhall Road
BIRMINGHAM
B7 4HW
Contact
Jacky Perkins
Telephone
+44 1213806176
Country
United Kingdom
Region code
UKG31 - Birmingham
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://sell2.in-tend.co.uk/blpd/publictender-details?tid=276799
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sell2.in-tend.co.uk/blpd/publictender-details?tid=276799
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for Smoke Alarms and Associated Products (2025-29)
Reference number
C5691
two.1.2) Main CPV code
- 38431200 - Smoke-detection apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
West Midlands Fire and Rescue Authority ("the Authority") is conducting this procurement using the Open Procedure in accordance with the requirements of the Public Contracts Regulations 2015 for the purpose of procuring the Goods described in the Specifications.
This Framework Agreement is for the supply of Smoke Alarms and Associated Products to include but not limited to 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 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 for these products. A directory listing potential Fire and Rescue Service customers can be located on the National Fire Chiefs Council (NFCC) homepage. https://www.nationalfirechiefs.org.uk/Fire-and-Rescue
two.1.5) Estimated total value
Value excluding VAT: £32,000,000
two.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 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. Lot 3 will only be awarded to Tenderers who are successful in Lot 2. Bids for Lot 3 only will not be accepted.
two.2) Description
two.2.1) Title
Stand-alone Smoke Alarms, Heat Alarms and Carbon Monoxide Alarms
Lot No
1
two.2.2) Additional CPV code(s)
- 38431200 - Smoke-detection apparatus
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of Stand-alone Smoke Alarms, Heat Alarms and Carbon Monoxide Alarms to all UK Fire and Rescue Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
End date
31 May 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Hearing Impaired (wireless) Smoke Alarms
Lot No
2
two.2.2) Additional CPV code(s)
- 38431200 - Smoke-detection apparatus
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Supply of Hearing Impaired (wireless) Smoke Alarms, Heat Alarms, Carbon Monoxide Alarms and Control Units for all UK Fire and Rescue Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
End date
31 May 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Smart Home Technology
Lot No
3
two.2.2) Additional CPV code(s)
- 38431200 - Smoke-detection apparatus
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of Smart Home Technology which could include Smoke Alarms and associate products along with monitoring equipment or apps for all Fire and Rescue Services. A mini-competition would be required to use this Lot.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2025
End date
31 May 2029
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tenderers must be able to meet the mandatory criteria in the specifications.
Insurance requirements to be in place by the start date:
Employer's Liability Insurance = £5,000,000
Public Liability Insurance = £5,000,000
Product Liability Insurance = £1,000,000
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2025
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
27 February 2025
Local time
10:00am
Place
Fire Service Headquarters
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will incorporate a standstill period at the point of award of the framework agreements is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision.