Opportunity

Invitation to Tender Framework Agreement for Supply and Delivery of Emergency Response Equipment and Associated Services

  • West Midlands Fire and Rescue Authority

F02: Contract notice

Notice reference: 2021/S 000-007116

Published 7 April 2021, 2:36pm



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

Email

liz.davies@wmfs.net

Telephone

+44 1213806179

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

VAT No. 281 2856 47

Internet address(es)

Main address

http://www.wmfs.net

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

Email

procurement@wmfs.net

Telephone

+44 1213806166

Country

United Kingdom

Internet address

www.wmfs.net

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

Email

procurement@wmfs.net

Telephone

+44 1213806166

Country

United Kingdom

Internet address

www.wmfs.net