Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
West Midlands Fire and Rescue Authority
99 Vauxhall Road
BIRMINGHAM
B7 4HW
UK
Person cyswllt: Jacky Perkins
Ffôn: +44 1213806176
E-bost: jackie.perkins@wmfs.net
NUTS: UKG31
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.wmfs.net
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://sell2.in-tend.co.uk/blpd/publictender-details?tid=276799
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://sell2.in-tend.co.uk/blpd/publictender-details?tid=276799
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Trefn a diogelwch cyhoeddus
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Framework for Smoke Alarms and Associated Products (2025-29)
Cyfeirnod: C5691
II.1.2) Prif god CPV
38431200
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 32 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 3
Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:
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) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Stand-alone Smoke Alarms, Heat Alarms and Carbon Monoxide Alarms
II.2.2) Cod(au) CPV ychwanegol
38431200
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Supply of Stand-alone Smoke Alarms, Heat Alarms and Carbon Monoxide Alarms to all UK Fire and Rescue Services
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 20 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/06/2025
Diwedd:
31/05/2029
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Hearing Impaired (wireless) Smoke Alarms
II.2.2) Cod(au) CPV ychwanegol
38431200
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 10 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/06/2025
Diwedd:
31/05/2029
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 3
II.2.1) Teitl
Smart Home Technology
II.2.2) Cod(au) CPV ychwanegol
38431200
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
01/06/2025
Diwedd:
31/05/2029
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 5
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
26/02/2025
Amser lleol: 16:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
27/02/2025
Amser lleol: 10:00
Place:
Fire Service Headquarters
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Royal Courts of Justice
London
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
11/01/2025