Tender

NATIONAL GAS MONITOR AND ASSOCIATED EQUIPEMENT FRAMEWORK

  • West Midlands Fire and Rescue Authority

F02: Contract notice

Notice identifier: 2022/S 000-026107

Procurement identifier (OCID): ocds-h6vhtk-03693a

Published 16 September 2022, 4:07pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Fire and Rescue Authority

99 Vauxhall Road, Nechells

Birmingham

B7 4HW

Contact

Sophie Manns

Email

sophie.manns@wmfs.net

Telephone

+44 1213806180

Country

United Kingdom

Region code

UKG - West Midlands (England)

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=52604&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=52604&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 Agency/Office

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NATIONAL GAS MONITOR AND ASSOCIATED EQUIPEMENT FRAMEWORK

Reference number

C5109

two.1.2) Main CPV code

  • 38543000 - Gas-detection equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

West Midlands Fire and Rescue Authority are undertaking a procurement exercise to establish a framework agreement for Gas Monitors and associated equipment.

The Contract will be divided into the following work packages “Lots”:

Lot 1: Gas monitors and Associated Equipment

Lot 2: Managed Service

Lot 3: Replacement parts

Lot 4: Photo Ionisations Detector (PID)

Establishing a national framework agreement will mean that all Blue Light Sectors (Fire Service, Police Service and Ambulance Service) in England; Scotland; Wales; Northern Ireland; the States of Jersey; Guernsey and Isle of Man; have one route to market for the purchase Gas Monitors.

The Authority is proposing to enter a Framework Agreement for a maximum period of 4 years with the successful Tenderers. The anticipated commencement date of the contract(s) is 1st December 2022. The Authority reserves the right to adjust the commencement date.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

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

Gas monitors and Associated Equipment

Lot No

1

two.2.2) Additional CPV code(s)

  • 38431100 - Gas-detection apparatus

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the purchase of Gas monitors and Associated Equipment.

Gas monitoring is essential to the safety of Firefighters, how to detect, identify and monitor harmful substances is key to determine the levels of Personal Protective Equipment (PPE) and risk to Firefighters and the public.

These users frequently operate in a range of hostile environments, which place requirements on devices for ruggedisation and usability which are not encountered for consumer devices.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: Quality/Technical / Weighting: 45%

Price - Weighting: 50%

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

Managed Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 38431000 - Detection apparatus
  • 38431100 - Gas-detection apparatus
  • 38543000 - Gas-detection equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 is for the supply of the gas monitors and associated equipment as part of a managed services, the items included in this lot will remain the property of the supplier for the lifetime of the contract and will be return to the supplier once the contract expires.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: Quality/Technical / Weighting: 45%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Replacement parts

Lot No

3

two.2.2) Additional CPV code(s)

  • 38431100 - Gas-detection apparatus
  • 38543000 - Gas-detection equipment
  • 50413100 - Repair and maintenance services of gas-detection equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Over the period since the previous framework, end users have purchased at various times and therefore may seek to maintain the existing fleet of gas monitors with appropriate servicing and spare parts.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: Quality/Technical / Weighting: 45%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Photo Ionisations Detector (PID)

Lot No

4

two.2.2) Additional CPV code(s)

  • 38431100 - Gas-detection apparatus
  • 38543000 - Gas-detection equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The purchase of Photo Ionisations Detector (PID) and equipment.

Monitoring for Volatile Organic Compounds is essential to the safety of Hazardous Materials Responders, Fire Investigation, and other Specialist and None Specialist Responders.

These users frequently operate in a range of hostile environments, which place requirements on devices for ruggedisation and usability which are not encountered for consumer devices.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 5%

Quality criterion - Name: Quality/Technical / Weighting: 45%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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


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


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: 15

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

21 October 2022

Local time

12:00pm

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

21 October 2022

Local time

12:00pm


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

The Services listed on the following websites will be able to call-off from the framework once established:

UK FRS’s detailed on the NFCC website, https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

Ambulance service detailed on the website, https://aace.org.uk/uk-ambulance-service/

Police service detailed on the website, https://www.police.uk/pu/contact-the-police/uk-police-forces/

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom