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
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom