Tender

Public Health - Free Standing Air Filtration Devices for Higher Risk Spaces

  • Warwickshire County Council

F02: Contract notice

Notice identifier: 2021/S 000-028469

Procurement identifier (OCID): ocds-h6vhtk-02f6a4

Published 15 November 2021, 2:06pm



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall,Market Square

WARWICK

CV344RL

Contact

Heather Boyd

Email

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

https://www.csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.csw-jets.co.uk

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