Opportunity

Promotional Items

  • South Wales Fire and Rescue Service
  • Mid and West Wales Fire and Rescue Service

F02: Contract notice

Notice reference: 2021/S 000-014231

Published 22 June 2021, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

South Wales Fire and Rescue Service

South Wales Fire and Rescue Service Headquarters, Forest View Business Park, Llantrisant

Llantrisant

CF72 8LX

Contact

Abigail Naci

Email

a-naci@southwales-fire.gov.uk

Telephone

+44 1443232073

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

www.southwales-fire.gov.uk

one.1) Name and addresses

Mid and West Wales Fire and Rescue Service

Headquarters, Lime Grove Avenue

Carmarthen

SA31 1SP

Email

h.rees@mawwfire.gov.uk

Telephone

+44 3706060699

Fax

+44 1267220562

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.mawwfire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0484

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.wales/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Promotional Items

Reference number

SWEU033

two.1.2) Main CPV code

  • 39294100 - Information and promotion products

two.1.3) Type of contract

Supplies

two.1.4) Short description

In collaboration with Mid and West Wales Fire & Rescue Service, South Wales Fire & Rescue Service are seeking to appoint suppliers to a framework to provide promotional items.

The contract will be split into 3 Lots (Stationery, Clothing & Corporate) and suppliers will have the opportunity to bid for all or individual Lots. Three suppliers will be appointed to each Lot and individual mini-competitions will be undertaken to award jobs to suppliers.

The contract will be put in place for an initial period of 3 years with an option to extend for a further 12 months.

two.1.5) Estimated total value

Value excluding VAT: £250,000

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

Stationery

Lot No

1

two.2.2) Additional CPV code(s)

  • 30192700 - Stationery
  • 30192121 - Ballpoint pens
  • 30192122 - Fountain pens
  • 30192123 - Fibre pens
  • 30192124 - Felt-tipped pens
  • 37822000 - Drawing pens
  • 30192130 - Pencils
  • 39292500 - Rulers

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Promotional stationery

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 20

Quality criterion - Name: Lead Times / Weighting: 10

Quality criterion - Name: Ordering Process / Weighting: 5

Quality criterion - Name: Returns Process / Weighting: 5

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Extension

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

Clothing

Lot No

2

two.2.2) Additional CPV code(s)

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Promotional clothing

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 20

Quality criterion - Name: Lead Times / Weighting: 10

Quality criterion - Name: Ordering Process / Weighting: 5

Quality criterion - Name: Returns Process / Weighting: 5

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Extension

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

Corporate

Lot No

3

two.2.2) Additional CPV code(s)

  • 39221121 - Cups
  • 18900000 - Luggage, saddlery, sacks and bags
  • 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Promotional corporate items - eg mugs, keyrings, drawstring & canvas bags, lanyards

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 20

Quality criterion - Name: Lead Times / Weighting: 10

Quality criterion - Name: Ordering Process / Weighting: 5

Quality criterion - Name: Returns Process / Weighting: 5

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Extension

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.2.2) Contract performance conditions

As per tender document


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: 3

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

3 August 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

3 August 2021

Local time

12:00pm

Place

South Wales FRS HQ

Information about authorised persons and opening procedure

Officers authorised by the Fire Service


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=111702.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:111702)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom