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
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
723645339
Internet address(es)
Main address
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.