Skip to main content.

Greater Manchester Fire and Rescue Service : Provision of Water Tower Vehicles and Combined Aerial Appliances

  Greater Manchester Fire and Rescue Service is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Water Tower Vehicles and Combined Aerial Appliances
Notice type: Contract Notice
Authority: Greater Manchester Fire and Rescue Service
Nature of contract: Supplies
Procedure: Open
Short Description: 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. GMFRA is leading and managing this tender for and on behalf of other regional North West Fire and Rescue Services and will be the initial, and in all likelihood, major user of vehicles purchased once the contract has been let. 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 challen
Published: 03/04/2014 13:07
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Manchester: Firefighting vehicles.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Greater Manchester Fire and Rescue Authority
      146 Bolton Road, Swinton, Manchester, M27 8US, United Kingdom
      Contact: www.supply4nwfire.org.uk
      Electronic Access URL: www.supply4nwfire.org.uk
      Electronic Submission URL: www.supply4nwfire.org.uk

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Public Order and Safety

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of Water Tower Vehicles and Combined Aerial Appliances
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Firefighting vehicles. 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. GMFRA is leading and managing this tender for and on behalf of other regional North West Fire and Rescue Services and will be the initial, and in all likelihood, major user of vehicles purchased once the contract has been let.
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
         
      II.1.6)Common Procurement Vocabulary:
         34144210 - Firefighting vehicles.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      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. GMFRA is leading and managing this tender for and on behalf of other regional North West Fire and Rescue Services and will be the initial, and in all likelihood, major user of vehicles purchased once the contract has been let.
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
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 60 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Water Tower

      1)Short Description:      
      Lot 1 is for the purchase of water towers. The specification and requirements is included within the tender documentation as a separate attachment.

      2)Common Procurement Vocabulary:
         44212233 - Water towers.
            FB04-6 - For firefighting
         
      3)Quantity Or Scope:      
      Lot 1 is for the purchase of water towers. The specification and requirements is included within the tender documentation as a separate attachment.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The ‘lots’ included within this tender are as follows;
Lot 1 – Water Tower
Lot 2 – Combined Aerial Appliance
Lot 3 – Turntable Ladder (TL) and Aerial Lifting Platform (ALP)      
      Lot No: 2
      Title: Combined Aerial Appliance

      1)Short Description:      
      Lot 2 of this tender is for combined aerial appliances. The specification and requirements are included within the ITT as a separate attachment and should be viewed prior to responding. Full details are included within the ITT.

      2)Common Procurement Vocabulary:
         34144210 - Firefighting vehicles.
         
      3)Quantity Or Scope:      
      Lot 2 of this tender is for combined aerial appliances. The specification and requirements are included within the ITT as a separate attachment and should be viewed prior to responding. Full details are included within the ITT.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The ‘lots’ in this tender are as follows;
Lot 1 – Water Tower
Lot 2 – Combined Aerial Appliance
Lot 3 – Turntable Ladder (TL) and Aerial Lifting Platform (ALP)      
      Lot No: 3
      Title: Turntable Ladder and Aerial Lifting Platform

      1)Short Description:      
      Lot 3 is for the purchase of turntable ladders and/or aerial lifting platforms. The specification and requirements are included within the ITT as a separate attachment.

      2)Common Procurement Vocabulary:
         34144210 - Firefighting vehicles.
            FB04-6 - For firefighting
         
      3)Quantity Or Scope:      
      Lot 3 is for the purchase of turntable ladders and/or aerial lifting platforms. The specification and requirements are included within the ITT as a separate attachment.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots:         
            The ‘lots’ within this tender are as follows;
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
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As specified in ITT
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As specified in ITT
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As specified in ITT
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      As detailed within ITT      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these 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 & 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 –
o   Appliance related innovations– 8%
o   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%      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (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 three 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.
         
         Information and formalities necessary for evaluating if requirements are met:
         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 –
o   Appliance related innovations– 8%
o   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 –
o   Appliance related innovations– 8%
o   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%
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (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;
         
         Information and formalities necessary for evaluating if requirements are met:
         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 –
o   Appliance related innovations– 8%
o   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      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: GMFRS0023      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 20/05/2014
      Time-limit for receipt of requests for documents or for accessing documents: 11:00      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/05/2014
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in month(s): 36
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: Suppliers should read through this set of instructions and follow the process to respond to this opportunity.

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-201443-PRO-5578293 TKR-201443-PRO-5578292
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 03/04/2014

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Merseyside Fire and Rescue Service
      Bridle Road, Bootle, Merseyside, L30 4YD, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Lancashire Combined Fire Authority
      Garstang Road, Fulwood, Preston, PR2 3LH, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      Cheshire Fire and Rescue Service
      Headquarters, Winsford, Cheshire, CW7 2FQ, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         4: Contracting Authority
      Cumbria County Council
      The Courts, Carlisle, CA3 8NA, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         5: Contracting Authority
      Northern Ireland Fire and Rescue Service
      1 Seymour Street, Lisurn, County Antrim, BT27 4SX, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         6: Contracting Authority
      Isle of Man Fire and Rescue Service
      Elm Tree House, Elm Tree Road, Onchan, IM3 4EF, United Kingdom

View any Notice Addenda

UK-Manchester: Firefighting vehicles.

Section I: Contracting Authority
   Title: UK-Manchester: Firefighting vehicles.
   I.1)Name, Addresses And Contact Point(s)
      Greater Manchester Fire and Rescue Authority
      146 Bolton Road, Swinton, Manchester, M27 8US, United Kingdom
      Contact: www.supply4nwfire.org.uk
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Provision of Water Tower Vehicles and Combined Aerial Appliances
      II.1.2)Short description of the contract or purchase:
      Firefighting vehicles. 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. GMFRA is leading and managing this tender for and on behalf of other regional North West Fire and Rescue Services and will be the initial, and in all likelihood, major user of vehicles purchased once the contract has been let.
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
      
      II.1.3)Common procurement vocabulary:
      34144210 - Firefighting vehicles.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: GMFRS0023      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 133301
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 03/04/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In both
            In the original Notice.
            In the corresponding tender documents.

         VI.3.3)Text to be corrected in the original notice:

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: The tender deadline date            
            Instead of: 20/05/2014 Time: 12:00
            Read: 03/06/2014 Time: 12:00

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      Suppliers should read through this set of instructions and follow the process to respond to this opportunity.

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.
To view this notice, please click here:
https://www.supply4nwfire.org.uk/delta/viewNotice.html?noticeId=95824260
GO-2014415-PRO-5606741 TKR-2014415-PRO-5606740

      VI.5)Date of dispatch: 15/04/2014

View Award Notice