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
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
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