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 GAS MONITOR AND ASSOCIATED EQUIPEMENT FRAMEWORK

  • First published: 17 September 2022
  • Last modified: 17 September 2022

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:
ocds-h6vhtk-03693a
Published by:
West Midlands Fire and Rescue Authority
Authority ID:
AA20364
Publication date:
17 September 2022
Deadline date:
21 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot is for the purchase of Gas monitors and Associated Equipment.

Gas monitoring is essential to the safety of Firefighters, how to detect, identify and monitor harmful substances is key to determine the levels of Personal Protective Equipment (PPE) and risk to Firefighters and the public.

These users frequently operate in a range of hostile environments, which place requirements on devices for ruggedisation and usability which are not encountered for consumer devices.

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: Sophie Manns

Telephone: +44 1213806180

E-mail: sophie.manns@wmfs.net

NUTS: UKG

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=52604&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=52604&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

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NATIONAL GAS MONITOR AND ASSOCIATED EQUIPEMENT FRAMEWORK

Reference number: C5109

II.1.2) Main CPV code

38543000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

West Midlands Fire and Rescue Authority are undertaking a procurement exercise to establish a framework agreement for Gas Monitors and associated equipment.

The Contract will be divided into the following work packages “Lots”:

Lot 1: Gas monitors and Associated Equipment

Lot 2: Managed Service

Lot 3: Replacement parts

Lot 4: Photo Ionisations Detector (PID)

Establishing a national framework agreement will mean that all Blue Light Sectors (Fire Service, Police Service and Ambulance Service) in England; Scotland; Wales; Northern Ireland; the States of Jersey; Guernsey and Isle of Man; have one route to market for the purchase Gas Monitors.

The Authority is proposing to enter a Framework Agreement for a maximum period of 4 years with the successful Tenderers. The anticipated commencement date of the contract(s) is 1st December 2022. The Authority reserves the right to adjust the commencement date.

II.1.5) Estimated total value

Value excluding VAT: 4 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Gas monitors and Associated Equipment

II.2.2) Additional CPV code(s)

38431100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot is for the purchase of Gas monitors and Associated Equipment.

Gas monitoring is essential to the safety of Firefighters, how to detect, identify and monitor harmful substances is key to determine the levels of Personal Protective Equipment (PPE) and risk to Firefighters and the public.

These users frequently operate in a range of hostile environments, which place requirements on devices for ruggedisation and usability which are not encountered for consumer devices.

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 5%

Quality criterion: Quality/Technical / Weighting: 45%

Price / Weighting:  50%

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

Duration in months: 48

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

Managed Service

II.2.2) Additional CPV code(s)

38431000

38431100

38543000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 2 is for the supply of the gas monitors and associated equipment as part of a managed services, the items included in this lot will remain the property of the supplier for the lifetime of the contract and will be return to the supplier once the contract expires.

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 5%

Quality criterion: Quality/Technical / Weighting: 45%

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

Duration in months: 48

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

Replacement parts

II.2.2) Additional CPV code(s)

38431100

38543000

50413100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Over the period since the previous framework, end users have purchased at various times and therefore may seek to maintain the existing fleet of gas monitors with appropriate servicing and spare parts.

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 5%

Quality criterion: Quality/Technical / Weighting: 45%

Price / Weighting:  50%

II.2.6) Estimated value

Value excluding VAT: 500 000.00  GBP

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

Duration in months: 48

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: 4

II.2.1) Title

Photo Ionisations Detector (PID)

II.2.2) Additional CPV code(s)

38431100

38543000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The purchase of Photo Ionisations Detector (PID) and equipment.

Monitoring for Volatile Organic Compounds is essential to the safety of Hazardous Materials Responders, Fire Investigation, and other Specialist and None Specialist Responders.

These users frequently operate in a range of hostile environments, which place requirements on devices for ruggedisation and usability which are not encountered for consumer devices.

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 5%

Quality criterion: Quality/Technical / Weighting: 45%

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

Duration in months: 48

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: 15

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: 21/10/2022

Local time: 12:00

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: 21/10/2022

Local time: 12:00

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.3) Additional information

The Services listed on the following websites will be able to call-off from the framework once established:

UK FRS’s detailed on the NFCC website, https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

Ambulance service detailed on the website, https://aace.org.uk/uk-ambulance-service/

Police service detailed on the website, https://www.police.uk/pu/contact-the-police/uk-police-forces/

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

16/09/2022

Coding

Commodity categories

ID Title Parent category
38431000 Detection apparatus Detection and analysis apparatus
38431100 Gas-detection apparatus Detection apparatus
38543000 Gas-detection equipment Machines and apparatus for testing and measuring
50413100 Repair and maintenance services of gas-detection equipment Repair and maintenance services of checking 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:
sophie.manns@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.