Supply Smoke Alarms for UK Fire and Rescue Services
A Framework agreement for the supply of Smoke Alarms and associated products for a period of 4 years. The framework could be accessed by all UK Fire and Rescue Services through direct call off orders.
United Kingdom-Birmingham: Smoke-detection apparatus
2017/S 011-015862
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
VAT No. 281 2856 47
99 Vauxhall Road, Nechells
Birmingham
B7 4HW
United Kingdom
Contact person: Jacky Perkins
Telephone: +44 1213806166
E-mail: Jackie.perkins@wmfs.net
NUTS code: 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
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Smoke Alarms and Associated Products for UK Fire and Rescue Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
West Midlands Fire and Rescue Authority (the Authority) are establishing a framework agreement for the supply of Smoke Alarms and associated products for a period of 4 years. The framework could be accessed by all UK Fire and Rescue Services through direct call off orders. A directory listing potential Fire and Rescue customers can be located on the Chief Fire Officers Association (CFOA) homepage. To locate the directory please click on the following link http://www.cfoa.org.uk/frs?alpha FRS’s can then be located through a postcode or region search or alphabetically. This multi-supplier Framework Agreement is for the supply of Smoke Alarms and Associate 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 is designed to meet the needs of Fire and Rescue Services for use in residential premises.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 – Smoke Alarms
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Supply of standard smoke alarms.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — Hearing Impaired Smoke and Alarms and Associated Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Supply of Hearing Impaired smoke alarms and associated products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 — Carbon Monoxide and Heat Alarms
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
Supply of Carbon Monoxide and Heat Alarms.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
99 Vauxhall Road
Birmingham
B7 4HW
United Kingdom
VI.4.3)Review procedure
The Authority will incorporate a standstill period at the point information on the 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:
Related Posts
Eastern Procurement Compliance Framework
Fire Equipment Supplies and Services Newcastle Upon Tyne
Fire Risk Assessment Services 2016 Belfast
Fire Risk Assessment Consultancy Hampshire