Tender

National Framework Agreement for Safe and Well Equipment

  • West Midlands Fire and Rescue Service

F02: Contract notice

Notice identifier: 2024/S 000-039448

Procurement identifier (OCID): ocds-h6vhtk-04c310

Published 6 December 2024, 2:18pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Fire and Rescue Service

99 Vauxhall Road Nechells

Birmingham

B7 4HW

Contact

Liz Davies

Email

procurement@wmfs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.wmfs.net/

one.3) Communication

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

https://sell2.in-tend.co.uk/blpd/home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sell2.in-tend.co.uk/blpd/home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Framework Agreement for Safe and Well Equipment

Reference number

C5682

two.1.2) Main CPV code

  • 39512000 - Bed linen

two.1.3) Type of contract

Supplies

two.1.4) Short description

Vulnerable people such as the elderly benefit from Safe and Well visits carried out by UK Fire and Rescue Services. The initiative builds on the long-standing success of Home Safety Checks, which helped to protect people from the risk of fire in their homes. Safe and Well visits include advice to help individuals improve their health and wellbeing with the ultimate goal of reducing their risk from fire. As part of these visits Fire Services supply Safe and Well Equipment.    This multi-supplier Framework Agreement is for the supply of Safe and Well Equipment to include but not limited to Fire Retardant bedding, mattress toppers, throws, blankets, curtains, mattresses, nightwear, smoking aprons, home safety security equipment to protect from arson, fire retardant rubber mats, personal protection misting systems that can be fitted into properties and keep warm packs.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

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

Fire Retardant Clothing

Lot No

2

two.2.2) Additional CPV code(s)

  • 18224000 - Clothing made of coated or impregnated textile fabrics
  • 19200000 - Textile fabrics and related items

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Suppliers to provide fire retardant clothing to Source 5 and or source 7 to include pyjamas, night gowns and smoking aprons to UK Fire and Rescue Services and Local Authorities

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: £13,000

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Fire Retardant Bedding, blankets, throws and soft furnishings  

Lot No

1

two.2.2) Additional CPV code(s)

  • 39512000 - Bed linen
  • 19200000 - Textile fabrics and related items
  • 39143112 - Mattresses
  • 39515100 - Curtains
  • 39515000 - Curtains, drapes, valances and textile blinds

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Suppliers to provide fire retardant bedding packs, throws, blankets, mattress toppers, curtains, mattresses to source 5 and or source to all UK Fire and Rescue Services and Local Authorities.

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

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Home Security Equipment 

Lot No

3

two.2.2) Additional CPV code(s)

  • 35121000 - Security equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Suppliers to provide a range of home security equipment to keep vulnerable people safe in their homes in particular from the risks of arson.

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: £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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Home Safety Equipment

Lot No

4

two.2.2) Additional CPV code(s)

  • 35113000 - Safety equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Suppliers to provide to UK Fire and Rescue Services and Local Authorities equipment to keep vulnerable community members safe in their homes.

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: £5,000

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Personal Protection Misting Systems

Lot No

5

two.2.2) Additional CPV code(s)

  • 35111500 - Fire suppression system

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Suppliers to provide personal protection misting systems to UK Fire and Rescue Services and Local Authorities. These system will act as a method of suppressing fire in homes. The performance and effectiveness of the system must be evidence based and validated by appropriate third party testing and certification – for example LPS 1655.

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: £100,000

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Fire Retardant Rubber Mats

Lot No

6

two.2.2) Additional CPV code(s)

  • 39530000 - Carpets, mats and rugs
  • 39532000 - Mats

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Suppliers to provide fire retardant rubber mats to source 5 to UK Fire and Rescue Services and Local Authorities.

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: £80,000

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Keep Warm Packs

Lot No

7

two.2.2) Additional CPV code(s)

  • 35121000 - Security equipment
  • 19200000 - Textile fabrics and related items

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Suppliers to provide keep warm packs to UK Fire and Rescue Services and local authorities. These packs will include items such as hot water bottles, blanket, socks and gloves to ensure vulnerable members of communities can stay warm during winter months.

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: £40,000

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Insurances: Employer’s (Compulsory) Liability Insurance = £5,000,000Public Liability Insurance = £5,000,000 Product Liability Insurance = £1,000,000 

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.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 10

In the case of framework agreements, provide justification for any duration exceeding 4 years:

none required

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

24 January 2025

Local time

4:00pm

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

24 January 2025

Local time

4:30pm

Place

United Kingdom


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.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a standstill period at the point of award of the framework agreements is communicated to tenderers. The notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision.

six.4.4) Service from which information about the review procedure may be obtained

West Midlands Fire and Rescue Authority

99 Vauxhall Road Nechells

Birmingham

Email

procurement@wmfs.net

Country

United Kingdom

Internet address

https://www.wmfs.net/