Merseyside Fire and Rescue Service is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Detection and Monitoring Equipment for Gasses and Vapours. |
Notice type: | Contract Notice |
Authority: | Merseyside Fire and Rescue Service |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Merseyside Fire & Rescue Authority are carrying out a tender process to establish a Framework on behalf of NFCC National Resilience in order to procure suitable detection and monitoring equipment; for use by Fire & Rescue Services, Police Forces and Health Services, when responding to incidents involving a release of chemical, biological and radiological substances. |
Published: | 21/09/2020 17:28 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Merseyside Fire and Rescue Service
Headquarters, Bridle Road, Merseyside, L30 4YD, United Kingdom
Tel. +44 1512964000, Email: linfairweather@merseyfire.gov.uk
Main Address: www.merseyfire.gov.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.supply4nwfire.org.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.supply4nwfire.org.uk to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Detection and Monitoring Equipment for Gasses and Vapours.
Reference Number: Not provided
II.1.2) Main CPV Code:
35000000 - Security, fire-fighting, police and defence equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Merseyside Fire & Rescue Authority are carrying out a tender process to establish a Framework on behalf of NFCC National Resilience in order to procure suitable detection and monitoring equipment; for use by Fire & Rescue Services, Police Forces and Health Services, when responding to incidents involving a release of chemical, biological and radiological substances.
II.1.5) Estimated total value:
Value excluding VAT: 3,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 = MD Sector Detection and Monitoring Equipment - Chemical Warfare Agents (CWA)
Lot 2 = Specification for the MD Sector Detection and Monitoring Equipment - Gases and Vapours.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Portable Chemical Detection and Monitoring Equipment - Mass Decontamination Sector
Lot No: 1
II.2.2) Additional CPV codes:
38000000 - Laboratory, optical and precision equipments (excl. glasses).
38420000 - Instruments for measuring flow, level and pressure of liquids and gases.
38431100 - Gas-detection apparatus.
38432100 - Gas-analysis apparatus.
38300000 - Measuring instruments.
38540000 - Machines and apparatus for testing and measuring.
38430000 - Detection and analysis apparatus.
35113200 - Nuclear, Biological, Chemical and Radiological protection equipment.
38500000 - Checking and testing apparatus.
35100000 - Emergency and security equipment.
38900000 - Miscellaneous evaluation or testing instruments.
35110000 - Firefighting, rescue and safety equipment.
38433000 - Spectrometers.
33114000 - Spectroscopy devices.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 1 = MD Sector Detection and Monitoring Equipment - Chemical Warfare Agents (CWA)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Portable Chemical Detection and Monitoring Equipment - Wider Emergency Services Sector
Lot No: 2
II.2.2) Additional CPV codes:
38000000 - Laboratory, optical and precision equipments (excl. glasses).
38420000 - Instruments for measuring flow, level and pressure of liquids and gases.
38431100 - Gas-detection apparatus.
38432100 - Gas-analysis apparatus.
38300000 - Measuring instruments.
38540000 - Machines and apparatus for testing and measuring.
38430000 - Detection and analysis apparatus.
35113200 - Nuclear, Biological, Chemical and Radiological protection equipment.
38500000 - Checking and testing apparatus.
35100000 - Emergency and security equipment.
38900000 - Miscellaneous evaluation or testing instruments.
35110000 - Firefighting, rescue and safety equipment.
38433000 - Spectrometers.
33114000 - Spectroscopy devices.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2 = Specification for the MD Sector Detection and Monitoring Equipment - Gases and Vapours
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2020/S 5 - 6181
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/10/2020 Time: 16:00
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 tender:
Until: 31/12/2020
IV.2.7) Conditions for opening of tenders:
Date: 13/10/2020
Time: 16:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Security%2C-fire-fighting%2C-police-and-defence-equipment./277DKJR38M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/277DKJR38M
VI.4) Procedures for review
VI.4.1) Review body:
Merseyside Fire and Rescue Authority
Bootle, United Kingdom
Tel. +44 1512964000
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/09/2020
Annex A
View any Notice Addenda
UK-Merseyside: Security, fire-fighting, police and defence equipment.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Merseyside Fire and Rescue Service
Headquarters, Bridle Road, Merseyside, L30 4YD, United Kingdom
Tel. +44 1512964000, Email: linfairweather@merseyfire.gov.uk
Main Address: www.merseyfire.gov.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Detection and Monitoring Equipment for Gasses and Vapours. Reference number: Not Provided
II.1.2) Main CPV code:
35000000 - Security, fire-fighting, police and defence equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short Description: Merseyside Fire & Rescue Authority are carrying out a tender process to establish a Framework on behalf of NFCC National Resilience in order to procure suitable detection and monitoring equipment; for use by Fire & Rescue Services, Police Forces and Health Services, when responding to incidents involving a release of chemical, biological and radiological substances.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 30/09/2020
VI.6) Original notice reference:
Notice Reference: 2020 - 237470
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 21/09/2020
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 12/10/2020
Local Time: 16:00
Read:
Date: 14/10/2020
Local Time: 16:00
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Merseyside:-Security%2C-fire-fighting%2C-police-and-defence-equipment./277DKJR38M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/277DKJR38M
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Merseyside Fire and Rescue Service
Headquarters, Bridle Road, Merseyside, L30 4YD, United Kingdom
Tel. +44 1512964000, Email: linfairweather@merseyfire.gov.uk
Main Address: www.merseyfire.gov.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Public order and safety
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Detection and Monitoring Equipment for Gasses and Vapours.
Reference number: Not Provided
II.1.2) Main CPV code:
35000000 - Security, fire-fighting, police and defence equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Merseyside Fire & Rescue Authority are carrying out a tender process to establish a Framework on behalf of NFCC National Resilience in order to procure suitable detection and monitoring equipment; for use by Fire & Rescue Services, Police Forces and Health Services, when responding to incidents involving a release of chemical, biological and radiological substances.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,522,344
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Portable Chemical Detection and Monitoring Equipment - Mass Decontamination Sector
Lot No:1
II.2.2) Additional CPV code(s):
38000000 - Laboratory, optical and precision equipments (excl. glasses).
38420000 - Instruments for measuring flow, level and pressure of liquids and gases.
38431100 - Gas-detection apparatus.
38432100 - Gas-analysis apparatus.
38300000 - Measuring instruments.
38540000 - Machines and apparatus for testing and measuring.
38430000 - Detection and analysis apparatus.
35113200 - Nuclear, Biological, Chemical and Radiological protection equipment.
38500000 - Checking and testing apparatus.
35100000 - Emergency and security equipment.
38900000 - Miscellaneous evaluation or testing instruments.
35110000 - Firefighting, rescue and safety equipment.
38433000 - Spectrometers.
33114000 - Spectroscopy devices.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 1 = MD Sector Detection and Monitoring Equipment - Chemical Warfare Agents (CWA)
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: Yes
Description of these options:.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Portable Chemical Detection and Monitoring Equipment - Wider Emergency Services Sector
Lot No:2
II.2.2) Additional CPV code(s):
38000000 - Laboratory, optical and precision equipments (excl. glasses).
38420000 - Instruments for measuring flow, level and pressure of liquids and gases.
38431100 - Gas-detection apparatus.
38432100 - Gas-analysis apparatus.
38300000 - Measuring instruments.
38540000 - Machines and apparatus for testing and measuring.
38430000 - Detection and analysis apparatus.
35113200 - Nuclear, Biological, Chemical and Radiological protection equipment.
38500000 - Checking and testing apparatus.
35100000 - Emergency and security equipment.
38900000 - Miscellaneous evaluation or testing instruments.
35110000 - Firefighting, rescue and safety equipment.
38433000 - Spectrometers.
33114000 - Spectroscopy devices.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Lot 2 = Specification for the MD Sector Detection and Monitoring Equipment - Gases and Vapours
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 5-6181
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: T/06/20
Lot Number: 1
Title: MD Sector Detection and Monitoring Equipment
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/04/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Smiths Detection - Watford Ltd (Part of Smiths Group), 00076033
Century House, Maylands Avenue, Hemel Hempstead, Hemel Hempstead, HP2 7DE, United Kingdom
NUTS Code: UKF
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,500,000
Total value of the contract/lot: 839,084
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: T/06/20 LOT2
Lot Number: 2
Title: Lot 2 - Gases and vapours
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/07/2021
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Life Safety Distribution GMBH, 08783410
Life Safety Distribution GMBH Subsidiary of Honeywell International, Javastrasse 2, Hegnau, Switzerland, CH-8604, Switzerland
NUTS Code: UKD
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,000,000
Total value of the contract/lot: 683,260
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=617406184
VI.4) Procedures for review
VI.4.1) Review body
Merseyside Fire and Rescue Authority
Bootle, United Kingdom
Tel. +44 1512964000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 09/08/2021