Section one: Contracting authority
one.1) Name and addresses
West Midlands Fire and Rescue Authority
99 Vauxhall Road, Nechells
Birmingham
B7 4HW
Contact
Liz Davies
Telephone
+44 1213806179
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
VAT No. 281 2856 47
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/34952
one.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=37383&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37383&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
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
Invitation to Tender Framework Agreement for Supply and Delivery of Emergency Response Equipment and Associated Services
Reference number
C002687
two.1.2) Main CPV code
- 35110000 - Firefighting, rescue and safety equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
This framework is for the Supply and Delivery of Emergency Response Equipment and Associated Services. The tender exercise will be in accordance with the provisions of the Public Contracts Regulations 2015,following the open tender procedure. The Framework Agreement will be available to access by UK Fire and Rescue Services and other services, customer and agents, which can be viewed in the ITT. Please click on this link for a list of UK Fire and Rescue Services https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services Potential contractors bidding for the framework must hold or be willing to obtain insurance cover to the following minimum levels: Public Liability: £5 million, Products Liability: £1 million and Employers Liability: £5 million. The Lots available to bid for are: Rescue Equipment,Fluid Transfer Equipment and Compressed Air Foam Systems,Ultra-High-Pressure Lance and Misting systems,Positive Pressure Ventilation Fans and Smoke Curtains and Thermal Imaging Cameras
two.1.5) Estimated total value
Value excluding VAT: £45,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Rescue Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 35111200 - Firefighting materials
- 35111510 - Fire suppression hand tools
- 35113000 - Safety equipment
- 43830000 - Power tools
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Supply and Delivery of Rescue Equipment and associated services to Participating Services, Participating Customers and their Agents. These goods include but are not limited to: Rescue Tools, Stabilisation and Lifting Equipment and Protection Systems. Call offs under the framework for this Lot will be via Direct Award or Further Competition.
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: £27,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Fluid Transfer and Compressed Air Foam
Lot No
2
two.2.2) Additional CPV code(s)
- 35111520 - Fire suppression foam or similar compounds
- 44165100 - Hoses
- 44165110 - Drilling hoses
- 44482100 - Fire hoses
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Supply and Delivery of Fluid Transfer and associated services to Participating Services, Participating Customers and their Agents. These goods include but are not limited to: Fluid Transfer and pumps for example lay flat hose and power driven pumps and Compressed Air Foam. Call offs under the framework for this Lot will be via Direct Award or Further Competition.
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: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Ultra-High-Pressure Lance and Misting systems
Lot No
3
two.2.2) Additional CPV code(s)
- 35111500 - Fire suppression system
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Supply and Delivery of Ultra-High-Pressure Lance and Misting systems and associated services to Participating Services, Participating Customers and their Agents. This Lot is for the purchase of equipment only and not vehicles. Call offs under the framework for this Lot will be via Direct Award or Further Competition.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Positive Pressure Ventilation Fans and Smoke Curtains
Lot No
4
two.2.2) Additional CPV code(s)
- 42520000 - Ventilation equipment
- 42521000 - Smoke-extraction equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Supply and Delivery of Positive Pressure Ventilation Fans and Smoke Curtains and associated services to Participating Services, Participating Customers and their Agents. The goods include but are not limited to: PPV fans, suction hoses, battery operated fans and smoke curtains. Call offs under this framework for this Lot will be via Direct Award or Further Competition.
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
Duration in months
48
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Thermal Imaging Cameras
Lot No
5
two.2.2) Additional CPV code(s)
- 38651000 - Cameras
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Supply and Delivery of Thermal Imaging Cameras and associated services to Participating Services, Participating Customers and their Agents. These goods include but are not limited to: thermal imaging cameras, battery packs and charging facilities. Call offs under this framework for this Lot will be via Direct Award or Further Competition.
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: £3,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 20
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 May 2021
Local time
5:00pm
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
10 May 2021
Local time
5:00pm
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
West Midlands Fire and Rescue Authority
99 Vauxhall Road
Birmingham
B7 4HW
Telephone
+44 1213806166
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The authority will incorporate a standstill period at the point information on the 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.
six.4.4) Service from which information about the review procedure may be obtained
West Midlands Fire and Rescue Authority
99 Vauxhall Road
Birmingham
B7 4HW
Telephone
+44 1213806166
Country
United Kingdom