Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

National Framework Agreement for Smoke Alarms for all UK Fire and Rescue Services

  • First published: 07 December 2020
  • Last modified: 07 December 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
West Midlands Fire and Rescue Authority
Authority ID:
AA20364
Publication date:
07 December 2020
Deadline date:
27 January 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot of the multi-supplier framework agreement is for the supply of stand alone smoke alarms, heat alarms and carbon monoxide alarms. An in-house customer services must be available by telephone during office hours and have a facility to leave messages during other hours. There will be no minimum order quantities or values.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Midlands Fire and Rescue Authority

VAT No. 281 2856 47

99 Vauxhall Road, Nechells

Birmingham

B7 4HW

UK

Contact person: Jacky Perkins

Telephone: +44 1213806176

E-mail: Jackie.perkins@wmfs.net

NUTS: UKG3

Internet address(es)

Main address: http://www.wmfs.net

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/34952

I.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=35704&B=BLUELIGHT


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=35704&B=BLUELIGHT


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local agency/office

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

National Framework Agreement for Smoke Alarms for all UK Fire and Rescue Services

Reference number: C002976

II.1.2) Main CPV code

38431200

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This multi-supplier framework agreement is for the supply of smoke alarms and associated products to include but not limited to stand alone smoke alarms, interlinked smoke alarms, vibrating pads and strobes for the hearing impaired, carbon monoxide and heat alarms and a customer support service. The framework agreement is designed to meet the needs of UK fire and rescue services for use in residential premises.

Through the establishment of this framework agreement all UK FRS’s will have the capability to place direct call-off orders with the winning suppliers. A directory listing potential fire and rescue customers can be located on the National Fire Chiefs Council (NFCC) homepage. To locate the directory please click on the following link https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services FRS’s can then be located through a postcode or region search or alphabetically.

This invitation to tender closes on the 27 January 2021 at 16.00.

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers may submit responses for one or more lots. However, to bid for lot 3 tenderers also must bid for lot 2. Tenderers may be included in the framework agreement for one, two or for all three lots. However, lot 3 will only be awarded to tenderers who are successful in lot 2. Bids for lot 3 only will not be accepted.

II.2) Description

Lot No: 1

II.2.1) Title

Stand-alone Smoke Alarms, Heat Alarms and Carbon Monoxide Alarms

II.2.2) Additional CPV code(s)

38431200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot of the multi-supplier framework agreement is for the supply of stand alone smoke alarms, heat alarms and carbon monoxide alarms. An in-house customer services must be available by telephone during office hours and have a facility to leave messages during other hours. There will be no minimum order quantities or values.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 45 %

Quality criterion: Social value / Weighting: 5 %

Price / Weighting:  50 %

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2021

End: 31/05/2025

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Hearing Impaired (Wireless) Smoke Alarms and Associated Products

II.2.2) Additional CPV code(s)

38431200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot of the multi-supplier framework agreement is for the supply of Hearing Impaired smoke alarms, heat alarms and carbon monoxide alarms and activating devices. An in-house customer services must be available by telephone during office hours and have a facility to leave messages during other hours. There will be no minimum order quantities or values.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 45 %

Quality criterion: Social value / Weighting: 5 %

Price / Weighting:  50 %

II.2.6) Estimated value

Value excluding VAT: 5 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2021

End: 31/05/2025

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Smart Home technology which includes Smoke Alarms and Associate Products Along with Monitoring Equipment or Apps

II.2.2) Additional CPV code(s)

38431200

79711000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot of the framework is for smart home devices which are devices connected to a monitoring system. An in-house customer services must be available by telephone during office hours and have a facility to leave messages during other hours. There will be no minimum order quantities or values.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 45 %

Quality criterion: Social value / Weighting: 5 %

Price / Weighting:  50 %

II.2.6) Estimated value

Value excluding VAT: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/06/2021

End: 31/05/2025

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 5

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/01/2021

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 27/01/2021

Local time: 16:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4 years.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

02/12/2020

Coding

Commodity categories

ID Title Parent category
79711000 Alarm-monitoring services Security services
38431200 Smoke-detection apparatus Detection apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Jackie.perkins@wmfs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.