Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

High Speed Two (HS2) Limited : Motorised Fire Trolleys

  • Cyhoeddwyd gyntaf: 03 Tachwedd 2022
  • Wedi'i addasu ddiwethaf: 03 Tachwedd 2022

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-037e75
Cyhoeddwyd gan:
HS2
ID Awudurdod:
AA77354
Dyddiad cyhoeddi:
03 Tachwedd 2022
Dyddiad Cau:
07 Rhagfyr 2022
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad dangosol cyfnodol - cyfleustodau

Cais am gystadleuaeth yw’r hysbysiad hwn

Adran I: Endid contractio

I.1) Enw a chyfeiriad

HS2

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

Birmingham

B4 6GA

UK

Person cyswllt: HS2 Ltd Procurement

E-bost: scc@hs2.org.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.hs2.org.uk

Cyfeiriad proffil y prynwr: https://hs2.bravosolution.co.uk/web/index.html

I.3) Cyfathrebu

Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.6) Prif weithgaredd

Gwasanaethau rheilffyrdd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

High Speed Two (HS2) Limited : Motorised Fire Trolleys

Cyfeirnod: HRS27

II.1.2) Prif god CPV

34144210

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

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) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 056 843.94 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

35000000

35110000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Suppliers manufacturing facility with delivery of finished goods into pre-defined locations as specified by HS2 Ltd.

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 056 843.94 GBP

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

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) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan

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) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser ar gyfer derbyn ceisiadau am wahoddiad i dendro neu i drafod/Terfyn amser ar gyfer derbyn datganiadau o ddiddordeb

Dyddiad: 07/12/2022

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.5) Dyddiad a drefnwyd ar gyfer dechrau gweithdrefnau dyfarnu

24/11/2023

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

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

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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) Dyddiad anfon yr hysbysiad hwn

02/11/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34144210 Cerbydau diffodd tân Eitemau dodrefnu meddal arbenigol
35110000 Cyfarpar diffodd tân, achub a diogelwch Cyfarpar argyfwng a diogelwch
35000000 Cyfarpar diogelwch, diffodd tân, heddlu ac amddiffyn Amddiffyn a Diogelwch

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
scc@hs2.org.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.