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

The provision of de-polluted vehicles for fire-fighter training.

  • First published: 18 September 2014
  • Last modified: 18 September 2014
  • 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:
18 September 2014
Deadline date:
27 October 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority requires a single contractor to supply and deliver de-polluted vehicles to approximately 101 fire stations and other premises within the Greater London area. The vehicles will be required for extrication training and realistic scenario simulations to enable the continuing professional development of fire-fighters. The types of vehicles required should be representative of those using the streets of London. The bulk of the vehicles required will be standard cars with 2/4 doors with smaller numbers of cars/vans with a minimum of 7 seats up to a maximum of 16 seats, LGVs/HGVs of flat bed or box back construction, alternative fuel vehicles and vehicles with pre-determined deformities. All vehicles should be less than 8 years old and be de-polluted. The supplier is required to collect the vehicles once the training has completed and return them to an Authorised Treatment Facility.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


London Fire Brigade

Contracts Section, 169 Union Street

London

SE1 0LL

UK

Mrs Janet Finn

+44 2085551200-31152

janet.finn@london-fire.gov.uk


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
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Fire and Rescue Services Authority
Yes

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

The provision of de-polluted vehicles for fire-fighter training.

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

Greater London.



UKI

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

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

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Authority requires a single contractor to supply and deliver de-polluted vehicles to approximately 101 fire stations and other premises within the Greater London area. The vehicles will be required for extrication training and realistic scenario simulations to enable the continuing professional development of fire-fighters. The types of vehicles required should be representative of those using the streets of London. The bulk of the vehicles required will be standard cars with 2/4 doors with smaller numbers of cars/vans with a minimum of 7 seats up to a maximum of 16 seats, LGVs/HGVs of flat bed or box back construction, alternative fuel vehicles and vehicles with pre-determined deformities. All vehicles should be less than 8 years old and be de-polluted. The supplier is required to collect the vehicles once the training has completed and return them to an Authorised Treatment Facility.

II.1.6)

Common Procurement Vocabulary (CPV)

34100000
34115300

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.3)

Duration of the contract or limit for completion

48

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 if the contractor is part of a group 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

Members of any consortium shall be jointly and severably liable. Legal bodies shall be companies or partnerships.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The operating entity must have a current environmental permit and vehicles must be treated at an Authorised Treatment Facility (ATF).

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Firms are required to express an interest through the Bluelight Portal to be able to access the invitation to tender documents.

III.2.2)

Economic and financial capacity


The information is set out in the invitation to tender documents.




III.2.3)

Technical capacity


The information is set out in the invitation to tender documents.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked 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

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked 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

PROC/SC/5631/14

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 20-10-2014  17:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 27-10-2014  10:00

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


4 years

VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Bidders are required to register and express their interest through the Bluelight Portal (www.bluelight.gov.uk). It is free to register and bidders should receive notification of acceptance of their registration within 48 hours. Please be aware emails from the Portal may be quarantined by e-mail filters. Please note that the Portal is currently being supported by two supply systems and you will need to register on to both. However the Authority is only using the Due North supported system at present to advertise its opportunities. Once all police and fire services have migrated over to the new EU Supply system the old Due North system will become obsolete, but in the meantime you will need an account on both sites to have access to any tenders carried out by any of the police and fire services. The contracting authority reserves the right at any time to cease this tendering process and not to award a contract.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


High Court of England and Wales

Royal Courts of Justice Strand

London

WC2A 2LL

UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Proceedings may not be brought unless the economic operator bringing the proceedings has informed the contracting authority of the breach or anticipated breach of duty owed to it by the contracting authority and of its intention to bring proceedings and unless those proceedings are brought promptly, and in any event within 3 months from the date when grounds for the bringing of proceedings first arise, unless the Court considers that 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










VI.5)

Dispatch date of this Notice

 15-09-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained











II)

Address and contact points from which specifications and additional documentation may be obtained











III)

Address and contact points to which Tenders/Requests to Participate must be sent











Coding

Commodity categories

ID Title Parent category
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34115300 Second-hand transport vehicles Other passenger cars

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:
janet.finn@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.