Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of Home Fire Safety Equipment.
Reference number: SWEU012
II.1.2)Main CPV code35110000
II.1.3)Type of contractSupplies
II.1.4)Short description:
The aim of the tender is to establish a framework of service providers to operate over a 4 year period, from which any of the three Welsh FRS will be able to call off a range of home fire safety equipment which will include the following broad categories:
- Electrical Items
- Bedding Packs/nightwear
- Fire Safety Ashtrays & Bins
- Stove Alarm
- Security Devices for Arson Prevention.
II.1.5)Estimated total valueValue excluding VAT: 240 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)31600000
II.2.3)Place of performanceNUTS code: UKL
Main site or place of performance:
As per locations listed in ITT.
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Bedding Packs and Nightwear
Lot No: 2
II.2.2)Additional CPV code(s)39143110
II.2.3)Place of performanceNUTS code: UKL
Main site or place of performance:
As per locations stated in ITT.
II.2.4)Description of the procurement:
Bedding Packs & Nightwear.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Fire Safety Ashtrays and Bins
Lot No: 3
II.2.2)Additional CPV code(s)39224340
II.2.3)Place of performanceNUTS code: UKL
Main site or place of performance:
As per locations listed in ITT.
II.2.4)Description of the procurement:
Fire Safety Ashtrays and Self Extinguishing Bins.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)39722100
II.2.3)Place of performanceNUTS code: UKL
Main site or place of performance:
Locations as listed in ITT.
II.2.4)Description of the procurement:
Stove Alarms - Alarms that will activate when the stove becomes too hot or when a pot has boiled dry.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Security Devices for Arson Prevention
Lot No: 5
II.2.2)Additional CPV code(s)44422000
II.2.3)Place of performanceNUTS code: UKL
Main site or place of performance:
Locations listed in the ITT documents.
II.2.4)Description of the procurement:
Security Jammers for windows and letter boxes.
Mail guards.
Flap lock Locking Letter Plate.
External Mailbox.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 22/09/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 22/09/2017
Local time: 14:00
Place:
Information about authorised persons and opening procedure:
Officers authorised by the Fire Service.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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=70062
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:70062)
The buyer considers that this contract is suitable for consortia.
VI.4)Procedures for review
VI.4.1)Review bodySouth Wales Fire and Rescue Service
South Wales Fire and Rescue Service Headquarters, Forest View Business Park
Llantrisant
CF72 8LX
United Kingdom
Telephone: +44 1443232755
Fax: +44 1443232180
Internet address:www.southwales-fire.gov.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:11/08/2017