Opportunity

Framework Agreement for UK Fire and Rescue Emergency Response Vehicles (Pumping Appliances, Aerial Appliances and Special Vehicles)

  • Devon and Somerset Fire and Rescue Authority

F02: Contract notice

Notice reference: 2021/S 000-027567

Published 3 November 2021, 2:40pm



The closing date and time has been changed to:

18 January 2022, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Devon and Somerset Fire and Rescue Authority

Service Headquarters, The Knowle, Clyst St George

Exeter

EX3 0NW

Contact

Bridget Phillips

Email

bphillips@dsfire.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

723645339

Internet address(es)

Main address

http://www.dsfire.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/30504

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39197&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39197&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework Agreement for UK Fire and Rescue Emergency Response Vehicles (Pumping Appliances, Aerial Appliances and Special Vehicles)

Reference number

DS339-20

two.1.2) Main CPV code

  • 34144210 - Firefighting vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

Devon and Somerset Fire and Rescue Service (on behalf of the National Fire Chiefs Council Transport Officers Group (NFCC TOG) and in conjunction with the NFCC Fire Commercial Transformation Programme (NFCC FCTP) is leading a procurement project to replace the existing Framework Agreement for UK Fire and Rescue Emergency Response Vehicles (Pumping Appliances, Aerial Appliances and Special Vehicles).

The target date for the Framework Agreement to go live is 28th March 2022.

Full details of the requirement is provided in the tender documents, which are available to all suppliers via the link provided with this advert.

Further information on the estimated value of the Framework Agreement and demand information is provided within the Invitation to Tender.

This Contract Notice is to invite suppliers to tender for a place on the Framework Agreement.

two.1.5) Estimated total value

Value excluding VAT: £580,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Light Pumping Appliance (Vehicle size: GVW 3t and ≤ 7.5t)

Lot No

1

two.2.2) Additional CPV code(s)

  • 34144210 - Firefighting vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A Light Pumping Appliance is a vehicle that is designed and manufactured with a recognised fire pump and water tank with the main purpose of attending incidents for extinguishing fires and has a Gross Vehicle Weight of 3 to 7.5 tonnes.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term for this lot of the Framework Agreement is 48 months (four years). The Authority may extend the Framework Agreement for a further period or periods not exceeding 8 years in total. It is anticipated that any extensions would be in 24 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There is no cap on the number of Framework Contractors who will be awarded a place on each lot.

two.2) Description

two.2.1) Title

Medium Pumping Appliance (Vehicle size: GVW of more than 7.5t and ≤ 16t)

Lot No

2

two.2.2) Additional CPV code(s)

  • 34144210 - Firefighting vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A Medium Pumping Appliance is a vehicle that is designed and manufactured with a recognised fire pump and water tank with the main purpose of attending incidents for extinguishing fires and has a Gross Vehicle Weight of over 7.5 and up to 16 tonnes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term for this lot of the Framework Agreement is 48 months (four years). The Authority may extend the Framework Agreement for a further period or periods not exceeding 8 years in total. It is anticipated that any extensions would be in 24 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There is no cap on the number of Framework Contractors who will be awarded a place on each lot.

two.2) Description

two.2.1) Title

Super Pumping Appliance (Vehicle size: GVW of more than 16t)

Lot No

3

two.2.2) Additional CPV code(s)

  • 34144210 - Firefighting vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A Super Pumping Appliance is a vehicle that is designed and manufactured with a recognised fire pump and water tank with the main purpose of attending incidents for extinguishing fires and has a Gross Vehicle Weight over 16 tonnes.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term for this lot of the Framework Agreement is 48 months (four years). The Authority may extend the Framework Agreement for a further period or periods not exceeding 8 years in total. It is anticipated that any extensions would be in 24 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There is no cap on the number of Framework Contractors who will be awarded a place on each lot.

two.2) Description

two.2.1) Title

Aerial Appliances

Lot No

4

two.2.2) Additional CPV code(s)

  • 34144210 - Firefighting vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

An Aerial Appliance is a vehicle fitted with aerial capability to effect rescues from tall and high-rise structures and distribute water when used as a water tower.

All types of Aerial appliances within the scope of EN 14043, 14044 and 1777 (hydraulic platforms and turntable ladders) can be procured via this lot.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term for this lot of the Framework Agreement is 48 months (four years). The Authority may extend the Framework Agreement for a further period or periods not exceeding 8 years in total. It is anticipated that any extensions would be in 24 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There is no cap on the number of Framework Contractors who will be awarded a place on each lot.

two.2) Description

two.2.1) Title

Special Vehicles

Lot No

5

two.2.2) Additional CPV code(s)

  • 34144210 - Firefighting vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A Special Vehicle is an operational asset with a specific role or purpose. For the purpose of this Framework Agreement, Special Vehicles are identified as Fire and Rescue Emergency Response Vehicles, which are not an Aerial or Pumping Appliance. Examples

of Special Vehicles include (but are not limited to) Specialist Rescue Units, Off Road Vehicles, Water/Foam Carriers, Prime Movers, Hose Layers, Incident Support Units and Incident Response Units.

All Special Vehicles above 5t GVW are within the scope of this lot, with the exception of:

o Command and Control Vehicles, and;

o Prime Movers where only the base vehicle and/or hook lift conversion is required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term for this lot of the Framework Agreement is 48 months (four years). The Authority may extend the Framework Agreement for a further period or periods not exceeding 8 years in total. It is anticipated that any extensions would be in 24 month periods.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

There is no cap on the number of Framework Contractors who will be awarded a place on each lot.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

A suitability assessment against the selection criteria shall be carried out — Only those Bidders who pass this assessment shall continue to the next evaluation stage. Please see the Invitation to Tender and online questionnaire for full details on the suitability assessment

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 10

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-001064

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

11 January 2022

Local time

10:00am

Changed to:

Date

18 January 2022

Local time

11:00am

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 January 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Term of the Framework Agreement:

The Authority proposes to enter into the Framework Agreement for an initial period of four years. The Authority may extend the Framework Agreement for a further period or periods not exceeding eight years in total. It is anticipated that any extensions would be in 24 month periods. The Public Contract Regulations stipulate the following in relation to the term of a Framework Agreement — ‘The term of a framework agreement shall not exceed 4 years, save in exceptional cases duly justified, in particular by the subject-matter of the framework agreement’. The extension of the Framework Agreement beyond 4 years shall be at the Authority's discretion. Justification for extension would need to meet the following criteria:

— The Framework Agreement still meets the requirements of the Contracting Authorities, and;

— The Framework Agreement is not acting as a barrier to any new suppliers in the market, or any who were not successful in winning a place on the Framework Agreement.

Contracting Authorities:

The Framework Agreement will be available to the following Contracting Authorities:

— All Fire and Rescue Services (FRS) within the United Kingdom (including those in Crown Dependencies) — See below for a list of these FRSs.

— The Defence Fire Risk Management Organisation https://www.gov.uk/government/groups/defence-fire-risk management-organisation

— The Home Office https://www.gov.uk/government/organisations/home-office

— Suppliers or Organisations who are the acting agent and responsible for/manage vehicle procurement on behalf of any of the above named organisations will also have access to the Framework Agreement.

— Lease/Finance Providers procuring vehicles which are utilised by any of the above organisations will also have access to the Framework Agreement.

List of FRSs within the United Kingdom:

Avon, Cornwall, Devon & Somerset, Dorset & Wiltshire, Gloucestershire, Guernsey, Jersey, Isles of Scilly, Buckinghamshire, East Sussex, Hampshire and Isle of Wight, Kent, Oxfordshire, Royal Berkshire, Surrey, West Sussex, County Durham and Darlington (Durham), Cleveland, Northumberland, Tyne and Wear, Humberside, North Yorkshire, South Yorkshire, West Yorkshire, Cheshire, Cumbria, Isle of Man, Lancashire, Greater Manchester, Merseyside, Northern Ireland, Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk, Suffolk, Derbyshire, Leicestershire, Lincolnshire, Nottinghamshire, Northamptonshire, Hereford and Worcester, Shropshire, Staffordshire, Warwickshire, West Midlands, Mid and West Wales, North Wales, South Wales, London Fire Brigade and the Scottish Fire and Rescue Service

The FRSs listed above may merge during the life of the Framework Agreement with another FRS or Public Body. In this instance, the newly formed Public Body shall still have access to the Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

Not applicable

Not applicable

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority shall comply with Regulation 87 of the Public Contracts Regulations 2015 in respect of the standstill procedures and notifying award decisions in accordance with Regulation 86.