South Wales Fire and Rescue Service Promotional Items Frameworks
Promotional items which are used to promote the reputation of the Service and to provide the general public with safety messages.
United Kingdom-Llantrisant: Promotional services
2017/S 151-312174
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
South Wales Fire and Rescue Service Headquarters, Forest View Business Park
Llantrisant
CF72 8LX
United Kingdom
Contact person: Amanda Young
Telephone: +44 1443232755
E-mail: a-young@southwales-fire.gov.uk
Fax: +44 1443232180
NUTS code: UKL
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360
I.1)Name and addresses
Headquarters, Lime Grove Avenue
Carmarthen
SA31 1SP
United Kingdom
Telephone: +44 3706060699
E-mail: h.rees@mawwfire.gov.uk
Fax: +44 1267220562
NUTS code: UKL
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0484
I.1)Name and addresses
Fire and Rescue Service Headquarters, Ffordd Salesbury, St Asaph Business Park
St Asaph
LL17 0JJ
United Kingdom
Telephone: +44 1745535268
E-mail: tracey.williams@nwales-fireservice.org.uk
NUTS code: UKL
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0516
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Promotional Items Frameworks.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Promotional Items Framework
The Fire and Rescue Services in Wales purchase promotional items which are used to promote the reputation of the Service and to provide the general public with safety messages.
The following table provides examples of the types of promotional items purchased over the previous three years from various suppliers:
T-shirts, Canvas bags, Car air fresheners, Key rings, Lanyards, Coasters, Mugs, Fridge Magnets, Mousemats, Pens, Pencils, Crayons, Hoodies, Stickers, Badges, Water Bottles, USB Sticks, Memory Stick, Wristbands.
This list is not exhaustive and on occasion items may be required which are not of the specific type listed but are still Promotional items. It is proposed that the same process is used for these items where a suitable supplier is available as part of the framework agreement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Clothing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Clothing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Corporate
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Corporate — mugs, keyrings, drawstrings and Canvas Bag.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Stationery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Stationery.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Extension.
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
III.2.2)Contract performance conditions:
As per tender document.
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
South Wales FRS HQ.
Officers Authorised by the Fire Service.
Section VI: Complementary information
VI.1)Information about recurrence
4 years.
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=69968
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:69968)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
South Wales Fire and Rescue Service Headquarters, Forest View Business Park
Llantrisant
CF72 8LX
United Kingdom
Telephone: +44 1443232755
Fax: +44 1443232180Internet address:www.southwales-fire.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Supply and Delivery of Specialist Printed Goods
South Cambridgeshire District Council Print Framework Contract