Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Mid and West Wales Fire and Rescue Service
Headquarters, Lime Grove Avenue
Carmarthen
SA31 1SP
UK
Telephone: +44 3706060699
E-mail: procurement@mawwfire.gov.uk
Fax: +44 1267220562
NUTS: UKL
Internet address(es)
Main address: http://www.mawwfire.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0484
I.1) Name and addresses
South Wales Fire and Rescue Service
Headquarters, Forest View Business Park
Llantrisant
CF72 8LX
UK
Contact person: Lee Bunkham
Telephone: +44 1443232090
E-mail: l-bunkham@southwales-fire.gov.uk
NUTS: UKL
Internet address(es)
Main address: www.southwales-fire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360
I.1) Name and addresses
North Wales Fire and Rescue Service
Headquarters, FFordd Salesbury, St Asaph Business Park
St Asaph
LL17 0JJ
UK
Contact person: Brian Mottershead
Telephone: +44 1745535250
E-mail: B.Mottershead@nwales-fireservice.org.uk
NUTS: UKL
Internet address(es)
Main address: www.nwales-fireservice.org.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0516
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
South Wales Fire and Rescue Service and North Wales Fire and Rescue Service
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
I.4) Type of the contracting authority
Other: Emergency Services
I.5) Main activity
Other: Emergency Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply and Repair of 'All Wales' Multi-Function PPE
Reference number: MWEU1
II.1.2) Main CPV code
35113400
II.1.3) Type of contract
Supplies
II.1.4) Short description
The supply and maintenance of multi-function PPE for the Welsh Fire and Rescue Services.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=41253.
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.uk/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.
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35110000
35111000
35811100
50413200
75250000
18400000
18100000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
The whole of Wales.
II.2.4) Description of the procurement
Mid and West Wales Fire and Rescue Service (MWWFRS) on behalf of ourselves, South Wales Fire and Rescue Service (SWFRS) and North Wales Fire and Rescue Service (NWFRS) intend to explore the market with the potential for establishing a call-off contract for the supply of multi-function PPE, should a suitable garment be identified from the evaluation process.
MWWFRS, SWFRS and NWFRS are looking to establish a 5 year contract with an option to extend for an additional 2 years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70%
Cost criterion: Cost
/ Weighting: 30%
II.2.6) Estimated value
Value excluding VAT:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for an additional 2 years
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:
Yes
Description of options:
In addition to the initial purchase we want on going supply for the duration of the contract.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The garments submitted must meet the following standards:
EN15614:2007 - Wildland protective clothing for firefighters
EN ISO 13688: 2013 (previously EN 340:2003) - protective clothing
En 20471:2013 Class 3 - requirements for high visibility clothing
EN 343:2003 / En 343:2003/A1:2007 Resistance to water penetration and water resistance
EN 14360 - Protective clothing against rain
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
III.2.2) Contract performance conditions
The performance criteria is to be agreed with the successful supplier and will include delivery lead times, turnaround of repairs and resilience arrangements.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/03/2016
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
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:
29/03/2016
Local time: 12:00
Place:
Service HQ, Carmarthen
Information about authorised persons and opening procedure:
Electronic opening procedure under dual control via sell2wales postbox facility
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
VI.3) Additional information
Tenderers will be required to complete a SQuID (supplier qualification questionnaire). The supplier qualification questionnaires will be evaluated in accordance with the guidance provided within the SQuID document. Any tenderers responding negatively to the questions highlighted as In/Out questions will face immediate disqualification unless sufficient justification can be provided to merit otherwise. Suppliers will need to pass this in order to have their tenders evaluated.
PLEASE NOTE THAT COMPLETED SUPPLIER QUALIFICATION QUESTIONNAIRES MUST BE SUBMITTED WITH YOUR TENDER RESPONSE.
(WA Ref:41253)
VI.4) Procedures for review
VI.4.1) Review body
Mid and West Wales Fire and Rescue Service
Headquarters, Lime Grove Avenue
Carmarthen
SA31 1SP
UK
Telephone: +44 3706060699
Fax: +44 1267220562
Internet address(es)
URL: http://www.mawwfire.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Mid and West Wales Fire and Rescue Service will incorporate a minimum 10 calendar day Standstill Period following electronic notification to bidders of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts Regulations 2015 may bring proceedings in the High Court in accordance with Part 3 of those Regulations.
VI.5) Date of dispatch of this notice
25/02/2016