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

High Speed Two (HS2) Limited : Motorised Fire Trolleys

  • First published: 03 November 2022
  • Last modified: 03 November 2022

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)

Contents

Summary

OCID:
ocds-h6vhtk-037e75
Published by:
HS2
Authority ID:
AA77354
Publication date:
03 November 2022
Deadline date:
07 December 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Periodic indicative notice – utilities

This notice is a call for competition

Section I: Contracting entity

I.1) Name and addresses

HS2

High Speed Two (HS2) Ltd, Two Snowhill, Queensway

Birmingham

B4 6GA

UK

Contact person: HS2 Ltd Procurement

E-mail: scc@hs2.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.hs2.org.uk

Address of the buyer profile: https://hs2.bravosolution.co.uk/web/index.html

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://hs2.bravosolution.co.uk/web/index.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://hs2.bravosolution.co.uk/web/index.html


Tenders or requests to participate must be sent to the abovementioned address


I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

High Speed Two (HS2) Limited : Motorised Fire Trolleys

Reference number: HRS27

II.1.2) Main CPV code

34144210

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

HS2 Ltd intends to procure a single contract for Phase 1 and Phase 2a for the design, manufacture, supply, testing and commissioning and training of operatives of 40 Motorised Fire Trolleys (MFT's). HS2 reserves the right to exercise an option to instruct the purchase of up 20 additional MFT’s for Phase 2b.

II.1.5) Estimated total value

Value excluding VAT: 3 056 843.94  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates are referred to the accompanying Procurement Documents for information about HS2 Ltd's requirements and minimum standards for suitability to pursue this professional activity.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Candidates are referred to the accompanying Procurement Documents for

information about HS2 Ltd's requirements and minimum standards in relation to economic and financial standing.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Candidates are referred to the Candidate's Guide and the accompanying Procurement Documents for information about HS2 Ltd's requirements and minimum standards in relation to technical and professional ability.


III.1.4) Objective rules and criteria for participation

Candidates are referred the Candidate's Guide and the accompanying Procurement Documents for information about HS2 Ltd's rules and criteria for participation. Candidates must first submit their Expression of Interest to this call for competition by registering on the HS2 eSourcing Portal (see details in VI.3 below). There will be no further call for competition and only Candidates who have registered by the Expression of Interest Deadline will be asked to submit a request to participate ('RTP').

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for the receipt of applications for an invitation to tender or to negotiate/Time limit for receipt of expressions of interest

Date: 07/12/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.5) Scheduled date for start of award procedures

24/11/2023

Section VI: Complementary information

VI.3) Additional information

1. Capitalised terms in this PIN are defined in the draft Invitation accompanying the Candidate's Guide (Table 1.3).

2. This PIN is a call for competition. To express interest in MFT's, the Candidates must register their Expression of Interest on the HS2 eSourcing portal at the address at I.3 by the Expression of Interest Deadline of 12.00 noon on 7th December 2022. HS2 Ltd will not publish a further call for competition prior to award. HS2 Ltd will subsequently invite Candidates who have registered their Expression of Interest by the Expression of Interest Deadline to confirm their continuing interest and request to participate. All additional information relating to this PIN is available in the Candidate's Guide and accompanying Procurement Documents.

3. A Candidate may be a single entity or a Consortium. A Candidate may only submit one Expression of Interest and, subsequently one RTP.

4. I.1 Contracting Entity: This PIN is published by HS2 Ltd on behalf of itself and the following Contracting Bodies:

• Further information on the Contracting Bodies is included in the Candidate's Guide and accompanying draft Invitation.

5. II.1.3 Type of contract: Supply

6. II.2.3 Place of performance: UK

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

E-mail: royalcourtsofjustice.jc@citizensadvice.org.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures: HS2 Ltd will incorporate a standstill period of a minimum of 10 calendar days at the point that information on the award of the contract(s) and the reasons for the award decision are communicated to tenderers.

VI.5) Date of dispatch of this notice

02/11/2022

Coding

Commodity categories

ID Title Parent category
34144210 Firefighting vehicles Special-purpose motor vehicles
35110000 Firefighting, rescue and safety equipment Emergency and security equipment
35000000 Security, fire-fighting, police and defence equipment Defence and security

Delivery locations

ID Description
100 UK - All

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:
scc@hs2.org.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.