Notice Information
Notice Title
High Speed Two (HS2) Limited : Motorised Fire Trolleys
Notice Description
HS2 Ltd intends to procure a single contract for Phase 1 and Phase 2a for the design, manufacture, supply, testing and commissioning and training of operatives of 40 Motorised Fire Trolleys (MFT's). HS2 reserves the right to exercise an option to instruct the purchase of up 20 additional MFT's for Phase 2b.
Lot Information
Lot 1
HS2 Ltd intends to procure the design, manufacture, supply, testing and commissioning and training of operatives of 40 Motorised Fire Trolleys (MFT's) as part of the Railway Systems packages of Works. The MFT's will be purchased by HS2 as a route wide procurement covering Phase One and Phase 2a and will be awarded under one contract to the same Supplier. This Supply Contract will end when all deliverables have been met. HS2 Ltd reserves the right to exercise an option to instruct the purchase of up to 20 additional MFT's for Phase 2b. This procurement will be conducted using the Negotiated procedure with Prior Call for Competition (PACC) pursuant to UCR 2016, reg. 47, using the PIN as the call for competition. The contract will be awarded without publication of a further call for competition. The scope of the contract for MFT's includes but not limited to: * Design, manufacture, supply, testing and commissioning and training of operatives of 40 motorised firefighter trolleys. * Allow Fire Rescue Services to move at any one time not fewer than ten personnel to and from any incident location including their normal equipment such as breathing apparatus, tools and hoses. * Capability to transport stretchers or the movement of injured persons, at a minimum of three Fire Rescue Services personnel and one stretcher/wheelchair. * Be capable of being safety lifted and assembled within a five-minute period within the constraints of Manual Handling Operations Regulations 1992. No single component shall require more than two personnel to lift the component. * The maximum laden weight of the MFT including the FRS personnel, equipment and power source shall be 2000kg and the maximum unladen weight of the MFT should be 200kg excluding the removable power source. * Engage with the Fire Rescue Services via HS2 to undertake a risk assessment to inform the trolley design. * Capable of being stored in a room 2m by 1m by 2.5m high with a single door 800mm wide. * Fire and Rescue Services to be involved in trolley specification and design to ensure functional requirements are met and trolley design is accepted by all stakeholders. Further information on the procurement and on the Scope is included in the Candidate's Guide made available by HS2 Ltd at the address in VI.3 below and in the accompanying Procurement Documents (including the Scope and Heads of Terms documents). HS2 Ltd intends to limit the number of Tenderers on the basis set out in section 4.7 of the Invitation. HS2 Ltd reserves the right to make reasonable additions or amendments to the content of this Scope Document during the procurement. In particular, and without limitation, changes to the general obligations and constraints, or the scope of work, may occur when HS2 Ltd commences the formal tender stage. HS2 Ltd does not offer any warranties, guarantees or assurances as to the accuracy or completeness of the information contained in this document and quantities or measurements are only intended to be indicative and for the guidance of potential Applicants/Candidates. Additional information: Candidates must register their Expression of Interest in the MFT's by registering on the HS2 eSourcing Portal (see details in VI.3 below). Candidates will be able to download HS2 Ltd's Candidate's Guide and accompanying Procurement Documents which include the Scope and Heads of Term documents for information about conditions for participation.
Options: Candidates should be aware that HS2 Ltd reserves the right to omit and/or vary the Scope of the Procurement and /or require optional scope to be undertaken. In particular without limitation: * The procurement will include Phase 2a of the project but HS2 Ltd reserves the right to omit and /or vary Phase 2a works at its discretion. * HS2 Ltd reserves the right to exercise an option to instruct the purchase of up to 20 additional MFT's if required for Phase 2b. The estimated 2022/23 total maximum value of work covered by this procurement is PS3,056,844. This consists of 40 Motorised Fire Trolleys for Phase 1 and Phase 2a at estimated value of PS2,037,896 and optional scope for up to 20 additional trolleys for Phase 2b at estimated value of PS1,018,948.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037e75
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030980-2022
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
34144210 - Firefighting vehicles
35000000 - Security, fire-fighting, police and defence equipment
35110000 - Firefighting, rescue and safety equipment
Notice Value(s)
- Tender Value
- £3,056,843 £1M-£10M
- Lots Value
- £3,056,843 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Nov 20223 years ago
- Submission Deadline
- 7 Dec 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HS2
- Contact Name
- HS2 Ltd Procurement
- Contact Email
- scc@hs2.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B4 6GA
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- Not specified
-
- Local Authority
- Birmingham
- Electoral Ward
- Ladywood
- Westminster Constituency
- Birmingham Ladywood
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-037e75-2022-11-02T15:03:07Z",
"date": "2022-11-02T15:03:07Z",
"ocid": "ocds-h6vhtk-037e75",
"description": "1. Capitalised terms in this PIN are defined in the draft Invitation accompanying the Candidate's Guide (Table 1.3). 2. This PIN is a call for competition. To express interest in MFT's, the Candidates must register their Expression of Interest on the HS2 eSourcing portal at the address at I.3 by the Expression of Interest Deadline of 12.00 noon on 7th December 2022. HS2 Ltd will not publish a further call for competition prior to award. HS2 Ltd will subsequently invite Candidates who have registered their Expression of Interest by the Expression of Interest Deadline to confirm their continuing interest and request to participate. All additional information relating to this PIN is available in the Candidate's Guide and accompanying Procurement Documents. 3. A Candidate may be a single entity or a Consortium. A Candidate may only submit one Expression of Interest and, subsequently one RTP. 4. I.1 Contracting Entity: This PIN is published by HS2 Ltd on behalf of itself and the following Contracting Bodies: * Further information on the Contracting Bodies is included in the Candidate's Guide and accompanying draft Invitation. 5. II.1.3 Type of contract: Supply 6. II.2.3 Place of performance: UK",
"initiationType": "tender",
"tender": {
"id": "HRS27",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "High Speed Two (HS2) Limited : Motorised Fire Trolleys",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "34144210",
"description": "Firefighting vehicles"
},
"mainProcurementCategory": "goods",
"description": "HS2 Ltd intends to procure a single contract for Phase 1 and Phase 2a for the design, manufacture, supply, testing and commissioning and training of operatives of 40 Motorised Fire Trolleys (MFT's). HS2 reserves the right to exercise an option to instruct the purchase of up 20 additional MFT's for Phase 2b.",
"value": {
"amount": 3056843.94,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "HS2 Ltd intends to procure the design, manufacture, supply, testing and commissioning and training of operatives of 40 Motorised Fire Trolleys (MFT's) as part of the Railway Systems packages of Works. The MFT's will be purchased by HS2 as a route wide procurement covering Phase One and Phase 2a and will be awarded under one contract to the same Supplier. This Supply Contract will end when all deliverables have been met. HS2 Ltd reserves the right to exercise an option to instruct the purchase of up to 20 additional MFT's for Phase 2b. This procurement will be conducted using the Negotiated procedure with Prior Call for Competition (PACC) pursuant to UCR 2016, reg. 47, using the PIN as the call for competition. The contract will be awarded without publication of a further call for competition. The scope of the contract for MFT's includes but not limited to: * Design, manufacture, supply, testing and commissioning and training of operatives of 40 motorised firefighter trolleys. * Allow Fire Rescue Services to move at any one time not fewer than ten personnel to and from any incident location including their normal equipment such as breathing apparatus, tools and hoses. * Capability to transport stretchers or the movement of injured persons, at a minimum of three Fire Rescue Services personnel and one stretcher/wheelchair. * Be capable of being safety lifted and assembled within a five-minute period within the constraints of Manual Handling Operations Regulations 1992. No single component shall require more than two personnel to lift the component. * The maximum laden weight of the MFT including the FRS personnel, equipment and power source shall be 2000kg and the maximum unladen weight of the MFT should be 200kg excluding the removable power source. * Engage with the Fire Rescue Services via HS2 to undertake a risk assessment to inform the trolley design. * Capable of being stored in a room 2m by 1m by 2.5m high with a single door 800mm wide. * Fire and Rescue Services to be involved in trolley specification and design to ensure functional requirements are met and trolley design is accepted by all stakeholders. Further information on the procurement and on the Scope is included in the Candidate's Guide made available by HS2 Ltd at the address in VI.3 below and in the accompanying Procurement Documents (including the Scope and Heads of Terms documents). HS2 Ltd intends to limit the number of Tenderers on the basis set out in section 4.7 of the Invitation. HS2 Ltd reserves the right to make reasonable additions or amendments to the content of this Scope Document during the procurement. In particular, and without limitation, changes to the general obligations and constraints, or the scope of work, may occur when HS2 Ltd commences the formal tender stage. HS2 Ltd does not offer any warranties, guarantees or assurances as to the accuracy or completeness of the information contained in this document and quantities or measurements are only intended to be indicative and for the guidance of potential Applicants/Candidates. Additional information: Candidates must register their Expression of Interest in the MFT's by registering on the HS2 eSourcing Portal (see details in VI.3 below). Candidates will be able to download HS2 Ltd's Candidate's Guide and accompanying Procurement Documents which include the Scope and Heads of Term documents for information about conditions for participation.",
"value": {
"amount": 3056843.94,
"currency": "GBP"
},
"hasOptions": true,
"options": {
"description": "Candidates should be aware that HS2 Ltd reserves the right to omit and/or vary the Scope of the Procurement and /or require optional scope to be undertaken. In particular without limitation: * The procurement will include Phase 2a of the project but HS2 Ltd reserves the right to omit and /or vary Phase 2a works at its discretion. * HS2 Ltd reserves the right to exercise an option to instruct the purchase of up to 20 additional MFT's if required for Phase 2b. The estimated 2022/23 total maximum value of work covered by this procurement is PS3,056,844. This consists of 40 Motorised Fire Trolleys for Phase 1 and Phase 2a at estimated value of PS2,037,896 and optional scope for up to 20 additional trolleys for Phase 2b at estimated value of PS1,018,948."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35000000",
"description": "Security, fire-fighting, police and defence equipment"
},
{
"scheme": "CPV",
"id": "35110000",
"description": "Firefighting, rescue and safety equipment"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Suppliers manufacturing facility with delivery of finished goods into pre-defined locations as specified by HS2 Ltd."
},
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://hs2.bravosolution.co.uk/web/index.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates are referred to the accompanying Procurement Documents for information about HS2 Ltd's requirements and minimum standards for suitability to pursue this professional activity.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Candidates are referred to the accompanying Procurement Documents for information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Candidates are referred to the Candidate's Guide and the accompanying Procurement Documents for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"reductionCriteria": "Candidates are referred the Candidate's Guide and the accompanying Procurement Documents for information about HS2 Ltd's rules and criteria for participation. Candidates must first submit their Expression of Interest to this call for competition by registering on the HS2 eSourcing Portal (see details in VI.3 below). There will be no further call for competition and only Candidates who have registered by the Expression of Interest Deadline will be asked to submit a request to participate ('RTP')."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-12-07T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2023-11-24T00:00:00Z"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: HS2 Ltd will incorporate a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract(s) and the reasons for the award decision are communicated to tenderers."
},
"parties": [
{
"id": "GB-FTS-6976",
"name": "HS2",
"identifier": {
"legalName": "HS2"
},
"address": {
"streetAddress": "High Speed Two (HS2) Ltd, Two Snowhill, Queensway",
"locality": "Birmingham",
"region": "UK",
"postalCode": "B4 6GA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "HS2 Ltd Procurement",
"email": "scc@hs2.org.uk",
"url": "https://hs2.bravosolution.co.uk/web/index.html"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.hs2.org.uk",
"buyerProfile": "https://hs2.bravosolution.co.uk/web/index.html",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-2059",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "royalcourtsofjustice.jc@citizensadvice.org.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-6976",
"name": "HS2"
},
"language": "en"
}