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

Framework for Smoke Alarms and Associated Products (2025-29)

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
West Midlands Fire and Rescue Authority
Authority ID:
AA20364
Publication date:
26 February 2025
Deadline date:
26 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

West Midlands Fire and Rescue Authority ("the Authority") is conducting this procurement using the Open Procedure in accordance with the requirements of the Public Contracts Regulations 2015 for the purpose of procuring the Goods described in the Specifications.

This Framework Agreement is for the supply of Smoke Alarms and Associated Products to include but not limited to 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 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 for these products. A directory listing potential Fire and Rescue Service customers can be located on the National Fire Chiefs Council (NFCC) homepage. https://www.nationalfirechiefs.org.uk/Fire-and-Rescue

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Midlands Fire and Rescue Authority

99 Vauxhall Road

BIRMINGHAM

B7 4HW

UK

Contact person: Jacky Perkins

Telephone: +44 1213806176

E-mail: jackie.perkins@wmfs.net

NUTS: UKG31

Internet address(es)

Main address: www.wmfs.net

I.3) Communication

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

https://sell2.in-tend.co.uk/blpd/publictender-details?tid=276799


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://sell2.in-tend.co.uk/blpd/publictender-details?tid=276799


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework for Smoke Alarms and Associated Products (2025-29)

Reference number: C5691

II.1.2) Main CPV code

38431200

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

West Midlands Fire and Rescue Authority ("the Authority") is conducting this procurement using the Open Procedure in accordance with the requirements of the Public Contracts Regulations 2015 for the purpose of procuring the Goods described in the Specifications.

This Framework Agreement is for the supply of Smoke Alarms and Associated Products to include but not limited to 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 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 for these products. A directory listing potential Fire and Rescue Service customers can be located on the National Fire Chiefs Council (NFCC) homepage. https://www.nationalfirechiefs.org.uk/Fire-and-Rescue

II.1.5) Estimated total value

Value excluding VAT: 32 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

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. 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

Supply of Stand-alone Smoke Alarms, Heat Alarms and Carbon Monoxide Alarms to all UK Fire and Rescue Services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 01/06/2025

End: 31/05/2029

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

II.2.2) Additional CPV code(s)

38431200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Supply of Hearing Impaired (wireless) Smoke Alarms, Heat Alarms, Carbon Monoxide Alarms and Control Units  for all UK Fire and Rescue Services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

Start: 01/06/2025

End: 31/05/2029

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 

II.2.2) Additional CPV code(s)

38431200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of Smart Home Technology which could include Smoke Alarms and associate products along with monitoring equipment or apps for all Fire and Rescue Services. A mini-competition would be required to use this Lot.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 000 000.00  GBP

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

Start: 01/06/2025

End: 31/05/2029

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

List and brief description of conditions:

Tenderers must be able to meet the mandatory criteria in the specifications.

Insurance requirements to be in place by the start date:

Employer's Liability Insurance = £5,000,000

Public Liability Insurance = £5,000,000

Product Liability Insurance = £1,000,000

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: No

IV.2) Administrative information

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

Date: 26/02/2025

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: 27/02/2025

Local time: 10:00

Place:

Fire Service Headquarters

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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.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.

VI.5) Date of dispatch of this notice

11/01/2025

Coding

Commodity categories

ID Title Parent category
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.