Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall,Market Square
WARWICK
CV344RL
Contact
Heather Boyd
heatherboyd@warwickshire.gov.uk
Telephone
+44 1926412430
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
Internet address(es)
Main address
https://www.warwickshire.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Public Health - Free Standing Air Filtration Devices for Higher Risk Spaces
Reference number
12718
two.1.2) Main CPV code
- 39717200 - Air-conditioning appliances
two.1.3) Type of contract
Supplies
two.1.4) Short description
Warwickshire County Council (the Council) is seeking a multi provider framework for the provision of free standing air purifiers for use in public spaces across Warwickshire.
This tender is being conducted under PCR 27.5 as a state of urgency, therefore the tender period will be 15 days from the date of publication of the contract notice on Find a tender.
Public Health Warwickshire wish to purchase air filtration devices of various sizes for higher risk settings; such as GP surgeries, community groups, public facing work places etc, within Warwicskhire to reduce airborne transmission risks in poorly ventilated spaces.
The units must be free standing and easily portable with the ability to "plug-in and go" It is desirable if the units have the capacity to be used 24/7. The units must have Hepa Filters and/or UV-C lamp sterilisation. The units must have the capacity to be used in occupied spaces. There must be a minimum warranty period of two years.
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39714100 - Ventilators
two.2.3) Place of performance
NUTS codes
- UKG13 - Warwickshire
Main site or place of performance
Within the county boundaries of Warwickshire
two.2.4) Description of the procurement
This tender is being conducted under PCR 27.5 as a state of urgency, therefore the tender period will be 15 days from the date of publication of the contract notice on Find a tender.
This is an open tender procedure.
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2021
End date
30 November 2025
This contract is subject to renewal
Yes
Description of renewals
The initial framework term will be for 1 year however the Council reserves the right to extend the contract by further periods not exceeding 36 months (36 being the maximum available extension period) at the discretion of the Council based on the contract performance of the successful applicant.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The initial framework term will be for 1 year however the Council reserves the right to extend the contract by further periods not exceeding 36 months (36 being the maximum available extension period) at the discretion of the Council based on the contract performance of the successful applicant.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the tender documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
The Council will undertake its financial assessment of the tendering organisation (and if considered necessary by the Council, any partners within a consortium bid) based on
its own evaluation of the tenderers' most recent 2 years accounts (or if 2 years accounts are not available, equivalent evidence which confirms financial viability).
The accounts are not available, equivalent evidence which confirms financial viability). The assessment of accounts will be supported by an independent credit reference report
from Credit Safe where this is available. The Council may also impose a bond or performance guarantee on the successful tenderer. Minimum level(s) of standards possibly required:
Evidence as stated in the tender documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
This tender is being conducted under PCR 27.5 as a state of urgency, therefore the tender period will be 15 days from the date of publication of the contract notice on Find a tender.
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
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
30 November 2021
Local time
11:00am
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
30 November 2021
Local time
12:00pm
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.3) Additional information
Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address
for CSWJETS is: www.csw-jets.co.uk (https://www.csw-jets.co.uk) Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSWJETS correspondence function. If you are having trouble registering with CSW-JETS please
email us at: procurement@warwickshire.gov.uk Providers must register on CSWJETS and express an interest in this project in order to download tender documents and be able to correspond with us about this procurement.
During the course of the contract period the range and scope of these services may be subject to modification and variation to meet the changing needs and requirements of the Council, potential changes in legislation and the changing demands placed on the Council by its customers. These changes may include (but are not limited to):
• Changes in legislation that may for example require the inclusion of new customer groups
• Opportunities offered by emerging/new technologies
• increases or decreases in funding - this will usually be due to reductions or additions in budget allocations as part of the Council's budget setting processes, It may also be as a consequence of additional funding streams which were unknown at the time of awarding the contract but which are provided to increase the volume of services delivered
six.4) Procedures for review
six.4.1) Review body
High Court for England and Wales
London
Country
United Kingdom