Merseyside Fire and Rescue Service: Detection and Monitoring Equipment for Gasses and Vapours.

  Merseyside Fire and Rescue Service has published this notice through Delta eSourcing

Notice Summary
Title: Detection and Monitoring Equipment for Gasses and Vapours.
Notice type: Prior Information Notice
Authority: Merseyside Fire and Rescue Service
Nature of contract: Not applicable
Procedure: Not applicable
Short Description:
Published: 06/01/2020 13:22

View Full Notice

UK-Merseyside: Security, fire-fighting, police and defence equipment.


Preliminary Questions
   This notice is for prior information only: Yes
   This notice aims at reducing time-limits for receipt of tenders: No
   This notice is a call for competition: No
         
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
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .

I.3) Communication          
   Further information can be obtained from: the above mentioned address

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 - 1
   II.1.1) Title: Detection and Monitoring Equipment for Gasses and Vapours.    
          Reference number:
   II.1.2) Common Procurement Vocabulary:       
      35000000 - Security, fire-fighting, police and defence equipment.
   II.1.3) Type of contract: SUPPLIES
   II.1.4) Short description:    
      The purpose of this prior information notice (PIN) is to inform you that Merseyside Fire & Rescue Authority will be carrying out a tender process on behalf of NFCC National Resilience in order to procure suitable detection and monitoring equipment for use by Fire & Rescue Services when responding to incidents involving a release of chemical, biological and radiological substances.

The primary role for this equipment will be the detection of gasses and vapours within the Mass Decontamination sector in response to a mass casualty contamination event. However, wider use of equipment by Emergency Services will also be incorporated as a separate Lot.          
   II.1.5) Estimated total value: Not Provided
   II.1.6) Information about lots:
      This contract is divided into lots: Yes          
      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: Not Provided

II.2) Lot Description : 1    
   II.2.1) Title: Portable Chemical Detection and Monitoring Equipment - Mass Decontamination Sector
         Lot Number: 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:       
      Region Codes:               
         UK - UNITED KINGDOM    
   II.2.4) Description of the procurement:       
      Not provided.    
   II.2.14) Additional information       
      Not Provided

II.2) Lot Description : 2    
   II.2.1) Title: Portable Chemical Detection and Monitoring Equipment - Wider Emergency Services Sector
         Lot Number: 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:       
      Region Codes:               
         UK - UNITED KINGDOM    
   II.2.4) Description of the procurement:       
      Not provided.    
   II.2.14) Additional information       
      Not Provided

II.3) Estimated Date of publication
         28/02/2020
      
      
Section IV: Procedure   

IV.1) Description       
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - NO

Section VI: Complementary Information    
VI.3) Additional Information:       
   The estimated value of the procurement is yet to be determined and will be published in the contract notice. However, as an indicator, it is anticipated that the Framework will yield a minimum spend of £1,000,000.
Description of the Procurement:
The equipment will be portable and provide detection and monitoring to support a safe system of work to both protected and unprotected responders in accordance with a selection of the ASTM list of chemical substances.

As part of this upcoming tender process, manufacturers and suppliers will be required to provide detailed information about the equipment they wish to submit.
Not limited to:
•Equipment Capability and Performance
•Associated Consumables
•Compliance Testing
•Maintenance Requirements
•Training
•Whole Life Costs

The equipment will also be subject to user trials as part of the tender process.

Interested parties should note that supply and delivery of equipment for Lot 1 will be required within 2020.

Merseyside Fire and Rescue Authority is intending to award the contract under a Framework Agreement with multiple Lots and open to a limited number of Authorities within the CBRN Sector. Details of which will be published in the contract notice when advertised.

This PIN is intended for information only and does not signal the launch of a formal procurement procedure. Merseyside Fire and Rescue Authority intends to publish a call for competition via OJEU early in 2020.

If you are interested in participating in the tender process you are advised to register your organisation on the tendering portal: www.supply4nwfire.org.uk
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=461556322
GO-202016-PRO-15774389 TKR-202016-PRO-15774388        

VI.5) Date Of Dispatch Of This Notice: 06/01/2020

View any Notice Addenda

Detection and Monitoring Equipment for Gasses and Vapours.

UK-Merseyside: Security, fire-fighting, police and defence equipment.
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



Detection and Monitoring Equipment for Gasses and Vapours.

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

UK-Merseyside: Security, fire-fighting, police and defence equipment.

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