CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
London Fire Brigade |
Corporate Procurement, 169 Union Street |
London |
SE1 0LL |
UK |
Abby Semple |
+44 2085551200-31204 |
abby.semple@london-fire.gov.uk |
|
http://www.london-fire.gov.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
Fire and emergency planning |
|
|
|
Yes |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityFirefighting Vehicle Telematics and Equipment Tagging System. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
London.
UKI |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged3 |
|
Duration of the framework agreement48 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement2 000 00020 000 000GBP
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Authority wishes to procure, test and implement a vehicle telematics and equipment tagging system for use on its frontline fleet of firefighting appliances. A needs assessment and market consultation have been carried out as part of the FIRED-uP project. The framework agreement is divided into three lots:
Lot 1 - Supply of telematics hardware and software for firefighting vehicles.
Lot 2 - Supply of equipment tagging system.
Lot 3 - Systems integration.
It is intended to appoint a single operator (company, consortium or other grouping) in respect of each Lot.
The Authority's precise requirements in terms of functionality, performance measures, reports and other parameters will be refined in the course of dialogue meetings with the selected participants. The System will be subject to acceptance testing by the Authority as part of the pilot phase prior to any wider implementation within the fleet. The performance indicators for the pilot will be agreed with the successful operator(s) appointed to the framework.
The framework will allow for multiple contracts to be awarded by LFB and other designated users of the framework. Publication of this notice and associated documents does not commit the Authority or any other party to establish the framework agreement or to award any contract.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
32440000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
 |
|
 |
|
 |
|
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeProof of concept and successful piloting will be required prior to wider implementation of the system. The estimated value reflects the possibility that other authorities will use the framework. This framework may be used by any fire and rescue service or fire authority within the European Union, or other public sector bodies responsible for purchasing equipment on behalf of such authorities. In particular, this framework may be used by the City of Ghent (Stad Gent) and the Ghent Fire Brigade (Brandweer Gent), Belgium; by County, Metropolitan County and Combined Fire and Rescue Authorities and the Department for Communities and Local Government in the United Kingdom; local authorities and fire brigades in the Republic of Ireland or the legal successors of any of these organisations. |
|
2 000 00020 000 000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
A performance bond or guarantee including a parent company guarantee may be required.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Payment will be made in accordance with the contract documents.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form or require a single entity to take primary liability or to require each party to accept joint and several liability. Further information is provided in the contract documents.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As set out in the contract documents.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Undertakings wishing to be considered for participation in the competitive dialogue are required to complete the pre-qualification questionnaire which can
be downloaded free of charge from the Bluelight Portal (www.bluelight.gov.uk).
In order to download the questionnaire please express an interest in the
contract. The questionnaire details the relevant selection and exclusion
criteria.
|
III.2.2)
|
Economic and financial capacity
As set out in the pre-qualification questionnaire.
As set out in the pre-qualification questionnaire.
|
III.2.3)
|
Technical capacity
As set out in the pre-qualification questionnaire.
As set out in the pre-qualification questionnaire.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate312 |
|
|
Objective criteria for choosing the limited number of candidates
As set out in the pre-qualification questionnaire.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
2013/S 87-147705 04-05-2013
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 06-12-2013
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? Yes
FIRED-uP project Ref: ENT/CIP/11/C/N02C011
|
VI.3)
|
Additional Information
Candidates are required to register and express their interest through the Bluelight Portal (www.bluelight.gov.uk). It is free to register and candidates should receive notification of acceptance of their registration within 48 hours.Please be aware emails from the Portal may be quarantined by email filters.
The Contracting Authority will not be responsible for any costs incurred by undertakings during this procedure. The Authority reserves the right to cancel this process at any time at its absolute discretion.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
High Court of England and Wales |
Royal Courts of Justice The Strand |
London |
WC2A 2LL |
UK |
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
Proceedings must be brought within 30 days of the date on which the economic operator knew or ought to have known of the breach of duty owed to it by the contracting authority unless the court considers there is good reason for extending the period within which proceedings can be brought.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
High Court of England and Wales |
Royal Courts of Justice The Strand |
London |
WC2A 2LL |
UK |
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 05-11-2013 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
FIRED-uP Project Website |
|
|
|
|
|
|
|
|
| http://www.fired-up.eu |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Specifications and additional documents will be made available to the undertakings selected to participate in the competitive dialogue |
|
|
|
|
|
|
|
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Bluelight Portal |
|
|
|
|
|
|
|
|
| http://www.bluelight.gov.uk |
|
|
ANNEX B
Information About Lots
|
| 1
Supply of telematics hardware and software for firefighting appliances |
1)
|
Short Description
The scope of Lot 1 includes the provision of sensors and data logging equipment to be fitted onto pumping appliances to capture vehicle-borne and auxiliary systems data, secure storage and transmission of this data, and flexible backend software to analyse the data and generate reports. It also includes priced options for installation and additional data capacity.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
32440000 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 2
Supply of equipment tagging system |
1)
|
Short Description
The scope of Lot 2 includes the provision of durable passive tags to be fitted on items of operational equipment and the associated hardware and software for scanning, inventory and exception reporting. Data must be provided in a format which can be readily integrated with other systems. Priced options for installation, active tags for certain items and additional data capacity are included.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
35121600 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 3
Systems integration |
1)
|
Short Description
The scope of Lot 3 includes all services necessary to make the system functional and to deliver against the Authority's expectations. This includes advising on compatibility and interoperability both between Lot 1 and Lot 2, and between the vehicle telematics system and existing architecture, including mobile data terminals and, potentially, its mobilisation and incident management systems.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
72000000 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|