Tender

Framework for Smoke Alarms and Associated Products (2025-29)

  • West Midlands Fire and Rescue Authority

F02: Contract notice

Notice identifier: 2025/S 000-000961

Procurement identifier (OCID): ocds-h6vhtk-04cf61

Published 11 January 2025, 12:48pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Fire and Rescue Authority

99 Vauxhall Road

BIRMINGHAM

B7 4HW

Contact

Jacky Perkins

Email

jackie.perkins@wmfs.net

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

www.wmfs.net

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.