Supply of Water Tower Vehicles and Combined Aerial Appliances
Following a review of its special appliances and following detailed technical dialogue with operational crews, Greater Manchester Fire and Rescue Authority (GMFRA), invites tenders for the supply of new appliances to complement and add to the existing fleet.
United Kingdom-Manchester: Firefighting vehicles
2014/S 069-118446
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Greater Manchester Fire and Rescue Authority
146 Bolton Road, Swinton
Contact point(s): www.supply4nwfire.org.uk
M27 8US Manchester
UNITED KINGDOM
Internet address(es):
Electronic access to information: www.supply4nwfire.org.uk
Electronic submission of tenders and requests to participate: www.supply4nwfire.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Merseyside Fire and Rescue Service
Bridle Road, Bootle
L30 4YD Merseyside
UNITED KINGDOM
Lancashire Combined Fire Authority
Garstang Road, Fulwood
PR2 3LH Preston
UNITED KINGDOM
Cheshire Fire and Rescue Service
Headquarters, Winsford
CW7 2FQ Cheshire
UNITED KINGDOM
Cumbria County Council
The Courts
CA3 8NA Carlisle
UNITED KINGDOM
Northern Ireland Fire and Rescue Service
1 Seymour Street, Lisurn
BT27 4SX County Antrim
UNITED KINGDOM
Isle of Man Fire and Rescue Service
Elm Tree House, Elm Tree Road
IM3 4EF Onchan
UNITED KINGDOM
Section II: Object of the contract
Purchase
NUTS code UK
The contract is open and available for all other North West FRS’s to utilise throughout the duration of the contract period, with prior agreement between GMFRA and the successful Tenderer(s).
The other FRS’s able to join the contract are listed below;
— Lancashire Fire and Rescue Service (LFRS)
— Cheshire Fire and Rescue Service (CFRS)
— Merseyside Fire and Rescue Service (MFRS)
— Cumbria County Council and Fire Service (CCC)
— Northern Ireland Fire and Rescue Service (NIFRS)
— Isle of Man Fire and Rescue Service (IMFRS)
Whilst all of the above FRS’s are able to join the contract and purchase vehicles throughout the duration of the contract period, only the vehicles and associated specifications included within each of the ‘lots’ in this tender are available to purchase. The Authority anticipates making a direct award to one supplier within each ‘lot’. This may result in one Tenderer being awarded all ‘lots’ or a different Tenderer being awarded one ‘lot’ each or any combination in between.
Each ‘lot’ will be evaluated individually and the most economically advantageous tender shall be awarded the contract for that particular ‘lot’.
The tender is split into three separate ‘lots’ and tenderers are invited to tender and price each ‘lot’ they wish to bid for.
The vehicle specification documents for Lots 1 and 2 have been prepared by GMFRA and reflect their specific needs, the specification document for Lot 3 has been prepared by LFRS.
Regardless of the specification author, FRS’s listed are eligible to purchase vehicles from any or all of the Lots. Reference to FRS specific crests etc. will be amended to suit the requirements of the FRS placing the order.
The ‘lots’ are as follows;
Lot 1 – Water Tower
Lot 2 – Combined Aerial Appliance
Lot 3 – Turntable Ladder (TL) and Aerial Lifting Platform (ALP)
It is envisaged that GMFRA will have an initial requirement for two appliances once the contract has been awarded, however as many as eight appliances, or even more if operational requirements dictate, may be purchased throughout the life of the contract.
Other participating FRS requirements can not be confirmed at this stage.
Tenderers are requested to factor in to their responses any discounts that may be offered based on additional volumes of vehicle purchases throughout the contract period.
The need to increase operational capability through appliance innovation will be critical to the future of GMFRA. The concept of combining a conventional aerial appliance to those of a conventional fire appliance is not new, with some examples of succeeding in providing a significantly more versatile vehicle, whilst reducing the overall running costs.
Research in GMFRA has shown the operational need for a water tower significantly outweighs the demand for an operating platform (cage). This is further supported by the continued availability within GMFRA of Hydraulic Platform Vehicles (HPV), of which we currently have 6.
This HPV availability provides us with an opportunity to embrace new technology and modern vehicle design through a combined appliance water tower, which provides a vehicle that acts in the same way as our ‘standard’ fire appliance with the water tower capability of our HPV’s.
We also recognise the benefits of combining a conventional aerial appliance (with a cage) to those of a conventional fire appliance and for that reason believe that this type vehicle could also add capability to our appliance fleet.
Within each one of these vehicles there remains standard requirements, which are:
— Be compact enough to meet the challenge of manoeuvring around the streets of Greater Manchester
— Provide an appropriate working environment within the cabs for operational crews who will spend a significant amount of their working day within it
— Be quick and simple to deploy
— Be as simple as possible to operate once deployed, thereby freeing crews to concentrate on other operational demands
— Be intuitive and physically understanding in its design and equipment stowage, thereby minimising the demands placed to crews
— Be innovative in design, construction and operation
— Providing a vehicle that challenges enshrined aerial appliance thinking
In order to obtain a fuller account of our aims and ambitions Tenderers are encouraged to view our Corporate Plan via the following link https://www.manchesterfire.gov.uk/about_us/policies_and_publications/corpplan_2013_2016.aspx
34144210
Tenders may be submitted for one or more lots
The contract is open and available for all other North West FRS’s to utilise throughout the duration of the contract period, with prior agreement between GMFRA and the successful Tenderer(s).
The other FRS’s able to join the contract are listed below;
Lancashire Fire and Rescue Service (LFRS)
Cheshire Fire and Rescue Service (CFRS)
Merseyside Fire and Rescue Service (MFRS)
Cumbria County Council and Fire Service (CCC)
Northern Ireland Fire and Rescue Service (NIFRS)
Isle of Man Fire and Rescue Service (IMFRS)
Whilst all of the above FRS’s are able to join the contract and purchase vehicles throughout the duration of the contract period, only the vehicles and associated specifications included within each of the ‘lots’ in this tender are available to purchase. The Authority anticipates making a direct award to one supplier within each ‘lot’. This may result in one Tenderer being awarded all ‘lots’ or a different Tenderer being awarded one ‘lot’ each or any combination in between.
Each ‘lot’ will be evaluated individually and the most economically advantageous tender shall be awarded the contract for that particular ‘lot’.
The tender is split into three separate ‘lots’ and tenderers are invited to tender and price each ‘lot’ they wish to bid for.
The vehicle specification documents for Lots 1 and 2 have been prepared by GMFRA and reflect their specific needs, the specification document for Lot 3 has been prepared by LFRS.
Regardless of the specification author, FRS’s listed are eligible to purchase vehicles from any or all of the Lots. Reference to FRS specific crests etc. will be amended to suit the requirements of the FRS placing the order.
The ‘lots’ are as follows;
Lot 1 – Water Tower
Lot 2 – Combined Aerial Appliance
Lot 3 – Turntable Ladder (TL) and Aerial Lifting Platform (ALP)
It is envisaged that GMFRA will have an initial requirement for two appliances once the contract has been awarded, however as many as eight appliances, or even more if operational requirements dictate, may be purchased throughout the life of the contract.
Other participating FRS requirements can not be confirmed at this stage.
Tenderers are requested to factor in to their responses any discounts that may be offered based on additional volumes of vehicle purchases throughout the contract period.
The need to increase operational capability through appliance innovation will be critical to the future of GMFRA. The concept of combining a conventional aerial appliance to those of a conventional fire appliance is not new, with some examples of succeeding in providing a significantly more versatile vehicle, whilst reducing the overall running costs.
Research in GMFRA has shown the operational need for a water tower significantly outweighs the demand for an operating platform (cage). This is further supported by the continued availability within GMFRA of Hydraulic Platform Vehicles (HPV), of which we currently have six.
This HPV availability provides us with an opportunity to embrace new technology and modern vehicle design through a combined appliance water tower, which provides a vehicle that acts in the same way as our ‘standard’ fire appliance with the water tower capability of our HPV’s.
We also recognise the benefits of combining a conventional aerial appliance (with a cage) to those of a conventional fire appliance and for that reason believe that this type vehicle could also add capability to our appliance fleet.
Within each one of these vehicles there remains standard requirements, which are:
— Be compact enough to meet the challenge of manoeuvring around the streets of Greater Manchester
— Provide an appropriate working environment within the cabs for operational crews who will spend a significant amount of their working day within it
— Be quick and simple to deploy
— Be as simple as possible to operate once deployed, thereby freeing crews to concentrate on other operational demands
— Be intuitive and physically understanding in its design and equipment stowage, thereby minimising the demands placed to crews
— Be innovative in design, construction and operation
— Providing a vehicle that challenges enshrined aerial appliance thinking
In order to obtain a fuller account of our aims and ambitions Tenderers are encouraged to view our Corporate Plan via the following link https://www.manchesterfire.gov.uk/about_us/policies_and_publications/corpplan_2013_2016.aspx
Tenderers prices must be fixed for the initial three year period of the contract. Any subsequent extension periods that may be taken will be subject to negotiation and agreement on prices.
Estimated value excluding VAT:
Range: between 500 000 and 25 000 000 GBP
Information about lots
Lot No: 1 Lot title: Water Tower
44212233 – FB04
Lot 1 – Water Tower
Lot 2 – Combined Aerial Appliance
Lot 3 – Turntable Ladder (TL) and Aerial Lifting Platform (ALP)
34144210
Lot 1 – Water Tower
Lot 2 – Combined Aerial Appliance
Lot 3 – Turntable Ladder (TL) and Aerial Lifting Platform (ALP)
34144210 – FB04
Lot 1 – Water Tower
Lot 2 – Combined Aerial Appliance
Lot 3 – Turntable Ladder (TL) and Aerial Lifting Platform (ALP)
Section III: Legal, economic, financial and technical information
Description of particular conditions: As detailed within ITT.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
The objective of the selection process is to assess the responses to the tenders submitted, conduct clarification interviews and/or site visits as required and then select a preferred tenderer.
The tender evaluation exercise will seek to balance the issues of quality and price to ensure that the chosen tender offers the most economically advantageous tender (MEAT) for the Authority.
Upon receipt of formal tenders, the Authority will be concerned to ensure that there has been full compliance with the ITT documents, and all necessary information has been supplied. The information supplied will be checked for completeness and compliance before responses are evaluated. The Authority shall not be bound to accept the lowest price of any bid submitted.
Submissions failing to conform to the requirements contained within the specification document(s) may not be evaluated further.
Demonstration to crews, Interviews/presentations will be required as part of the final evaluation and clarification. No weightings are attached for this phase but initial scores may be amended as a result of any interviews/visits that take place.
Section 3. This will be marked on a pass/fail basis and this will entail conducting an independent financial credit check along with the taking up of references. The financial credit check will be carried out using reports from Experian Group and the pass/fail Delphi score will be 50 %.
If you need the opportunity to submit additional evidence that will clarify your financial standing, this should be submitted at question 3.6.15.
Where we are unable to verify that your organisation:
Is a legitimate trading organisation;
Has acceptable levels of financial standing;
Promotes good practices in areas of employment, health and safety and environmental care and protection, then we reserve the right to reject your submission.
Section 4 and 5 will be evaluated on the basis of the most economically advantageous offer to the Authority. The evaluation criteria, and the associated weightings, which will be utilised in this assessment are:-
Operational requirements – 32 %, broken down as follows;
— Speed of deployment – 8 %
— Ease of operation – 8 %
— Crew cab configuration/ergonomics – 8 %
— Appliance ergonomics and equipment stowage – 8 %
Technical elements – 28 %, broken down as follows;
— Detailed service delivery plan/overall proposal – 5 %
— Relevant experience – 5 %
— Quality – 5 %
— Value added services –
– Appliance related innovations– 8 %
– Other added value services – 5 %
Price – 30 %, broken down as follows;
— Project cost and value for money – 5 %
— Price of vehicle(s) – 20 %
— Whole life costing – 5 %
Delivery – 10 %, broken down as follows;
— Capacity to deliver – 4 %
— Time certainty – 4 %
— Business Continuity – 2 %
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
The objective of the selection process is to assess the responses to the tenders submitted, conduct clarification interviews and/or site visits as required and then select a preferred tenderer.
The tender evaluation exercise will seek to balance the issues of quality and price to ensure that the chosen tender offers the most economically advantageous tender (MEAT) for the Authority.
Upon receipt of formal tenders, the Authority will be concerned to ensure that there has been full compliance with the ITT documents, and all necessary information has been supplied. The information supplied will be checked for completeness and compliance before responses are evaluated. The Authority shall not be bound to accept the lowest price of any bid submitted.
Submissions failing to conform to the requirements contained within the specification document(s) may not be evaluated further.
Demonstration to crews, Interviews/presentations will be required as part of the final evaluation and clarification. No weightings are attached for this phase but initial scores may be amended as a result of any interviews/visits that take place.
Section 3. This will be marked on a pass/fail basis and this will entail conducting an independent financial credit check along with the taking up of references. The financial credit check will be carried out using reports from Experian Group and the pass/fail Delphi score will be 50 %.
If you need the opportunity to submit additional evidence that will clarify your financial standing, this should be submitted at question 3.6.15.
Where we are unable to verify that your organisation:
Is a legitimate trading organisation;
Has acceptable levels of financial standing;
Promotes good practices in areas of employment, health and safety and environmental care and protection, then we reserve the right to reject your submission.
Section 4 and 5 will be evaluated on the basis of the most economically advantageous offer to the Authority. The evaluation criteria, and the associated weightings, which will be utilised in this assessment are:-
Operational requirements – 32 %, broken down as follows;
— Speed of deployment – 8 %
— Ease of operation – 8 %
— Crew cab configuration/ergonomics – 8 %
— Appliance ergonomics and equipment stowage – 8 %
Technical elements – 28 %, broken down as follows;
— Detailed service delivery plan/overall proposal – 5 %
— Relevant experience – 5 %
— Quality – 5 %
— Value added services –
– Appliance related innovations– 8 %
– Other added value services – 5 %
Price – 30 %, broken down as follows;
— Project cost and value for money – 5 %
— Price of vehicle(s) – 20 %
— Whole life costing – 5 %
Delivery – 10 %, broken down as follows;
— Capacity to deliver – 4 %
— Time certainty – 4 %
— Business Continuity – 2 %
Minimum level(s) of standards possibly required: The objective of the selection process is to assess the responses to the tenders submitted, conduct clarification interviews and/or site visits as required and then select a preferred tenderer.
The tender evaluation exercise will seek to balance the issues of quality and price to ensure that the chosen tender offers the most economically advantageous tender (MEAT) for the Authority.
Upon receipt of formal tenders, the Authority will be concerned to ensure that there has been full compliance with the ITT documents, and all necessary information has been supplied. The information supplied will be checked for completeness and compliance before responses are evaluated. The Authority shall not be bound to accept the lowest price of any bid submitted.
Submissions failing to conform to the requirements contained within the specification document(s) may not be evaluated further.
Demonstration to crews, Interviews/presentations will be required as part of the final evaluation and clarification. No weightings are attached for this phase but initial scores may be amended as a result of any interviews/visits that take place.
Section 3. This will be marked on a pass/fail basis and this will entail conducting an independent financial credit check along with the taking up of references. The financial credit check will be carried out using reports from Experian Group and the pass/fail Delphi score will be 50%.
If you need the opportunity to submit additional evidence that will clarify your financial standing, this should be submitted at question 3.6.15.
Where we are unable to verify that your organisation:
Is a legitimate trading organisation;
Has acceptable levels of financial standing;
Promotes good practices in areas of employment, health & safety and environmental care & protection, then we reserve the right to reject your submission.
Section 4 & 5 will be evaluated on the basis of the most economically advantageous offer to the Authority. The evaluation criteria, and the associated weightings, which will be utilised in this assessment are:-
Operational requirements – 32 %, broken down as follows;
— Speed of deployment – 8 %
— Ease of operation – 8 %
— Crew cab configuration/ergonomics – 8 %
— Appliance ergonomics and equipment stowage – 8 %
Technical elements – 28 %, broken down as follows;
— Detailed service delivery plan/overall proposal – 5 %
— Relevant experience – 5 %
— Quality – 5 %
— Value added services –
– Appliance related innovations– 8 %
– Other added value services – 5 %
Price – 30 %, broken down as follows;
— Project cost and value for money – 5 %
— Price of vehicle(s) – 20 %
— Whole life costing – 5 %
Delivery – 10 %, broken down as follows;
— Capacity to deliver – 4 %
— Time certainty – 4 %
— Business Continuity – 2 %
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
The objective of the selection process is to assess the responses to the tenders submitted, conduct clarification interviews and/or site visits as required and then select a preferred tenderer.
The tender evaluation exercise will seek to balance the issues of quality and price to ensure that the chosen tender offers the most economically advantageous tender (MEAT) for the Authority.
Upon receipt of formal tenders, the Authority will be concerned to ensure that there has been full compliance with the ITT documents, and all necessary information has been supplied. The information supplied will be checked for completeness and compliance before responses are evaluated. The Authority shall not be bound to accept the lowest price of any bid submitted.
Submissions failing to conform to the requirements contained within the specification document(s) may not be evaluated further.
Demonstration to crews, Interviews/presentations will be required as part of the final evaluation and clarification. No weightings are attached for this phase but initial scores may be amended as a result of any interviews/visits that take place.
Section 3. This will be marked on a pass/fail basis and this will entail conducting an independent financial credit check along with the taking up of references. The financial credit check will be carried out using reports from Experian Group and the pass/fail Delphi score will be 50%.
If you need the opportunity to submit additional evidence that will clarify your financial standing, this should be submitted at question 3.6.15.
Where we are unable to verify that your organisation:
Is a legitimate trading organisation;
Has acceptable levels of financial standing;
Promotes good practices in areas of employment, health & safety and environmental care & protection, then we reserve the right to reject your submission.
Section 4 & 5 will be evaluated on the basis of the most economically advantageous offer to the Authority. The evaluation criteria, and the associated weightings, which will be utilised in this assessment are:-
Operational requirements – 32 %, broken down as follows;
— Speed of deployment – 8 %
— Ease of operation – 8 %
— Crew cab configuration/ergonomics – 8 %
— Appliance ergonomics and equipment stowage – 8 %
Technical elements – 28 %, broken down as follows;
— Detailed service delivery plan/overall proposal – 5 %
— Relevant experience – 5 %
— Quality – 5 %
— Value added services –
– Appliance related innovations– 8 %
– Other added value services – 5 %
Price – 30 %, broken down as follows;
— Project cost and value for money – 5 %
— Price of vehicle(s) – 20 %
— Whole life costing – 5 %
Delivery – 10 %, broken down as follows;
— Capacity to deliver – 4 %
— Time certainty – 4 %
— Business Continuity – 2 %
Minimum level(s) of standards possibly required:
As detailed within ITT.
Section IV: Procedure
Section VI: Complementary information
The information and/ associated documents for this opportunity are available on https://www.supply4nwfire.org.uk/delta
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password.
Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: YDFC67UM62. Please ensure you follow any instruction provided to you here.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.supply4nwfire.org.uk/tenders/UK-UK-Manchester:-Firefighting-vehicles./YDFC67UM62
To respond to this opportunity, please click here:
https://www.supply4nwfire.org.uk/respond/YDFC67UM62
GO Reference: GO-201443-PRO-5578293
VI.5)Date of dispatch of this notice:3.4.2014