Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Firefighting Vehicle Telematics and Equipment Tagging System.

  • First published: 07 November 2013
  • Last modified: 07 November 2013
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
London Fire Brigade
Authority ID:
AA0051
Publication date:
07 November 2013
Deadline date:
06 December 2013
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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


Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
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 authority

Firefighting Vehicle Telematics and Equipment Tagging System.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

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

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

3

Duration of the framework agreement

48

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

2 000 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
48000000
31610000
31710000
32500000
72000000
34300000
64226000
35121600

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Proof 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

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

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 participate

312

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

Checked box

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

Checked box
Unchecked box
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

Checked box    

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
48000000
31610000
31710000
32500000
72000000
34300000
64226000

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
32440000
48000000
31710000
31610000
32500000
72000000
34300000
64226000

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
48000000
32440000
31610000
31710000
32500000
34300000
64226000
35121600

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
31610000 Electrical equipment for engines and vehicles Electrical equipment and apparatus
31710000 Electronic equipment Electronic, electromechanical and electrotechnical supplies
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
34300000 Parts and accessories for vehicles and their engines Transport equipment and auxiliary products to transportation
48000000 Software package and information systems Computer and Related Services
35121600 Tags Security equipment
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
64226000 Telematics services Telecommunication services except telephone and data transmission services
32440000 Telemetry and terminal equipment Networks

Delivery locations

ID Description
There are no delivery locations for this notice.

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
abby.semple@london-fire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.