II.2.2) Additional CPV code(s)
35000000
35110000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Suppliers manufacturing facility with delivery of finished goods into pre-defined locations as specified by HS2 Ltd.
II.2.4) Description of the procurement
HS2 Ltd intends to procure the design, manufacture, supply, testing and commissioning and training of operatives of 40 Motorised Fire Trolleys (MFT’s) as part of the Railway Systems packages of Works. The MFT’s will be purchased by HS2 as a route wide procurement covering Phase One and Phase 2a and will be awarded under one contract to the same Supplier. This Supply Contract will end when all deliverables have been met.
HS2 Ltd reserves the right to exercise an option to instruct the purchase of up to 20 additional MFT’s for Phase 2b.
This procurement will be conducted using the Negotiated procedure with Prior Call for Competition (PACC) pursuant to UCR 2016, reg. 47, using the PIN as the call for competition. The contract will be awarded without publication of a further call for competition.
The scope of the contract for MFT’s includes but not limited to:
• Design, manufacture, supply, testing and commissioning and training of operatives of 40 motorised firefighter trolleys.
• Allow Fire Rescue Services to move at any one time not fewer than ten personnel to and from any incident location including their normal equipment such as breathing apparatus, tools and hoses.
• Capability to transport stretchers or the movement of injured persons, at a minimum of three Fire Rescue Services personnel and one stretcher/wheelchair.
• Be capable of being safety lifted and assembled within a five-minute period within the constraints of Manual Handling Operations Regulations 1992. No single component shall require more than two personnel to lift the component.
• The maximum laden weight of the MFT including the FRS personnel, equipment and power source shall be 2000kg and the maximum unladen weight of the MFT should be 200kg excluding the removable power source.
• Engage with the Fire Rescue Services via HS2 to undertake a risk assessment to inform the trolley design.
• Capable of being stored in a room 2m by 1m by 2.5m high with a single door 800mm wide.
• Fire and Rescue Services to be involved in trolley specification and design to ensure functional requirements are met and trolley design is accepted by all stakeholders.
Further information on the procurement and on the Scope is included in the Candidate's Guide made available by HS2 Ltd at the address in VI.3 below and in the accompanying Procurement Documents (including the Scope and Heads of Terms documents).
HS2 Ltd intends to limit the number of Tenderers on the basis set out in section 4.7 of the Invitation.
HS2 Ltd reserves the right to make reasonable additions or amendments to the content of this Scope Document during the procurement. In particular, and without limitation, changes to the general obligations and constraints, or the scope of work, may occur when HS2 Ltd commences the formal tender stage.
HS2 Ltd does not offer any warranties, guarantees or assurances as to the accuracy or completeness of the information contained in this document and quantities or measurements are only intended to be indicative and for the guidance of potential Applicants/Candidates.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 056 843.94
GBP
II.2.11) Information about options
Options:
Yes
Description of options:
Candidates should be aware that HS2 Ltd reserves the right to omit and/or vary the Scope of
the Procurement and /or require optional scope to be undertaken. In particular without
limitation:
• The procurement will include Phase 2a of the project but HS2 Ltd reserves the right to omit
and /or vary Phase 2a works at its discretion.
• HS2 Ltd reserves the right to exercise an option to instruct the purchase of up to 20 additional MFT’s if required for Phase 2b.
The estimated 2022/23 total maximum value of work covered by this procurement is £3,056,844. This consists of 40 Motorised Fire Trolleys for Phase 1 and Phase 2a at estimated value of £2,037,896 and optional scope for up to 20 additional trolleys for Phase 2b at estimated value of £1,018,948.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Candidates must register their Expression of Interest in the MFT's by registering on the
HS2 eSourcing Portal (see details in VI.3 below). Candidates will be able to download
HS2 Ltd's Candidate's Guide and accompanying Procurement Documents
which include the Scope and Heads of Term documents for information about conditions for participation.