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