1 / 37

National Flood Water Rescue Equipment Framework Procurement

National Flood Water Rescue Equipment Framework Procurement. Agenda. About Firebuy - Terry Brewer Pitt Report - Terry Brewer About this competition – David Geere Background to Procurement Lots – Brian Hansford/Roy Harold/Martin Bills

vita
Download Presentation

National Flood Water Rescue Equipment Framework Procurement

An Image/Link below is provided (as is) to download presentation Download Policy: Content on the Website is provided to you AS IS for your information and personal use and may not be sold / licensed / shared on other websites without getting consent from its author. Content is provided to you AS IS for your information and personal use only. Download presentation by click this link. While downloading, if for some reason you are not able to download a presentation, the publisher may have deleted the file from their server. During download, if you can't get a presentation, the file might be deleted by the publisher.

E N D

Presentation Transcript


  1. National Flood Water Rescue Equipment Framework Procurement

  2. Agenda • About Firebuy - Terry Brewer • Pitt Report - Terry Brewer • About this competition – David Geere • Background to Procurement Lots – Brian Hansford/Roy Harold/Martin Bills • Procurement Timescales/Pre – Qualification/ Invitation to Tender – David Geere • How the framework will operate – Elaine Hughes • Questions

  3. About Firebuy • NDPB working to CLG • Delivery of National Procurement Strategy for Fire and Rescue Service • Primary role is to co-ordinate procurement of firefighting vehicles and equipment

  4. About Firebuy • Key areas • fire fighting appliances • fire fighting equipment • PPE and clothing • fire protection • respiratory protection • water rescue • new dimensions • technical services • insurance

  5. “a matter of the fundamental principles underpinning this Review … is to give clear and unambiguous direction – giving certainty where there is doubt – that the systems currently in place, or those otherwise proposed, will provide the desired outcome. We must be clear about who does what to ensure that people and organisations are held to account, structures are simple and outcomes are more certain.” Pitt 1.88

  6. Highlighted following problems: A lack of clarity about who was responsible for carrying out and coordinating flood rescue placed both the public and responders at unnecessary risk. Timeliness and the effectiveness of the response were diminished since there were no common systems of work or understanding of command, control and risk. A number of voluntary search and rescue organisations experienced difficulty in engaging with the response effort as there was no clear and consistent structure within which they could operate.

  7. Sir Michael Pitt’s Review concluded that in the event of another wide-area flooding emergency, those responding would still not necessarily have the right resources or training to respond safely.

  8. Recommendation 39 “The Government should urgently put in place a fully funded national capability for flood rescue, with Fire and Rescue Authorities playing a leading role, underpinned as necessary by a statutory duty.”

  9. Moving forward from Pitt we need to.... have greater assurance for the public that rescue teams responding to mutual aid requests are capable of carrying out the tasks required of them safely and effectively. have greater standardisation of approach and equipment across all agencies involved. bring down costs through a common procurement framework. have greater interoperability across flood rescue ‘service providers’.

  10. National Flood Rescue Planning Assumptions The 2006 National Risk Assessment (NRA) determined two risks for major flooding; a major coastal flood (Hazard no: H19) and a major fluvial flood (Hazard no: H21). The risk descriptions and Capability Analysis, identified a water rescue requirement for both hazards. The scenario for H19 includes both overtopping and numerous breaches in coastal defences, resulting in a national capability requirement: “to rescue up to 40,000 people stranded over a large area along the east coast within 36hrs”.

  11. Procurement Overview • There may be an element of Government spending on training, equipment and PPE from the initial £2m “seed corn” funding, or from a subsequent Government programme to fill any identified national capability gaps. • The Defra project will only address major flood events from a national perspective. Unless a decision is taken to introduce a statutory duty, this will leave gaps to be filled locally where FRS or others choose to do so. Those Authorities can utilise this framework for their local needs. • A number of voluntary organisations have indicated a wish to be considered on the national register, they will be able to access this framework.

  12. Benefits of Collaborative Procurement • For public sector: • Procurement completed on your behalf • Larger volumes will provide greater leverage on – • price • service terms • Support if things go wrong • Savings and efficiencies

  13. Benefits of Collaborative Procurement • For suppliers: • Don’t have to look at lots of different Ts and Cs • One PQQ only to complete • Up to 4 years on framework

  14. Already in place Lifejackets - onshore and offshore lifejackets/buoyancy aids Hose: Suction/delivery hose Portable pumps: High pressure, submersible, ejector, bilge, etc New Dimensions: Contract for maintenance /management of High Volume Pumps Mud/ice rescue paths

  15. About this competition • A framework contract for flood and water rescue equipment • Covers range of options and services: – purchase,lease,rental and includes cleansing and service & maintenance • Setting terms and conditions and prices • It is open to the whole of the public sector • It will be used to ‘call-off’ or invite suppliers to compete in a mini competition

  16. Framework Agreement Will consist of 5 ‘lots’ Lot 1 Water rescue personal protective equipment (PPE) and clothing Lot 2 Water rescue craft (powered with engine options and non-powered), other rescue vessels, rafts and associated ancillary equipment and trailers

  17. Framework Agreement Lot 3 Water rescue equipment and accessories e.g. hose inflation kits, flotation devices, etc Lot 4 High volume pump modules Lot 5 Training courses – e.g. swift water rescue, boat operator, flood management

  18. Lot 1 • Purchase,lease,rental,service & maintenance including training associated with: • flood and water rescue PPE, • clothing and footwear, • gloves • eye protection • accessories, • storage; and • stowage

  19. Lot 2 • Purchase, lease, rental for: • Flood and water rescue boats(powered with engine options and non powered) to include other craft, rafts • Associated ancillary equipment , trailers, service, maintenace,hygienic cleansing, storage and stowage and • Training associated with operational use, maintenance and repair of rescue craft

  20. Lot 3 Purchase, lease, rental, service & maintenance to include hygienic cleansing and training associated with flood and water rescue equipment,accessories,storage and stowage. This to include, but not limited to flotation devices,hose inflation systems,probe sticks,mud/ice packs and other associated equipment (ie waterproof bags,hose protectors, harnesses and karabiners

  21. Lot 4 Purchase, lease, rental, service & maintenance to include hygienic cleansing and training associated with flood and water rescue provision of high volume pumps,accessories,storage and stowage

  22. Lot 5 Purchase of flood and water rescue and associated training courses. To include ,but not limited to flood and water rescue and boat operator, flood management training courses and associated certification and training manuals.

  23. Lot 5 • Module 1 Water Awareness • General water safety awareness training and basic land based rescue techniques • Module 2 Water First Responder • To work safely near and in water using land based and wading techniques • Module 3 Water Rescue Technician • Specialist rescue operation • Module 4 Water Rescue Boat Operator • Rescue boat operation • Module 5 Water Rescue Incident Management • Water related incident command

  24. Timetable Indicative procurement timetable OJEU notice – issued Pre qualification questionnaire returns - 8 June Evaluation of PQQs & shortlist – June Invitations to tender - June Receipt of tenders – July

  25. Timetable – cont.. Indicative procurement timetable Evaluation of tenders (commercial and technical) July to September Standstill period - September Award contract – September Commencement – 1 October 2009

  26. The Pre Qualification questionnaire can be downloaded from www.bluelight.gov.uk , the contract number is QTLE – 7REJT The purpose of the PQQ is to shortlist suppliers who will be selected to be sent an invitation to tender document Please answer every question If the question does not apply to you please write N/A If you don’t know the answer please write N/K Your application may be rejected if you do not answer the relevant questions or provide all documents requested Pre Qualification Questionnaire

  27. Clarification questions should be submitted via Bluelight to ensure a full audit trail Total max score available 95 (next slide – breakdown) Questionnaires must be submitted via Bluelight no later than 12 Noon on 8 June Pre Qualification Questionnaire

  28. Pre Qualification Questionnaire

  29. Invitation to Tender • Acknowledgement receipt pro forma • Section 1: Instructions to tender • Section 2: Specification • Section 3: Items to be submitted with your tender: • Form of tender • Certificate of non-collusive tendering • Pricing schedule • Method statements • Response to specification • Standard framework agreement

  30. Invitation to Tender • The ITT response must be returned via www.bluelight.gov.uk • The following completed documents must be returned: • Acknowledgement Receipt Pro-forma • Section 3: Items to be submitted with your tender:- - Form of Tender - Certificate of Non-Collusive Tendering - Pricing Schedule (using the template provided) - Method Statements -Section 2 Specification must include the completed template. • Standard Framework Agreement tick ‘Yes’ on Bluelight

  31. Tender Evaluation Criteria Will be based on MEAT (Most Economically Advantageous Tender) which is the optimum combination of price and quality Detailed method statements vital, particularly in quality of service area Can only mark from statements NOT leaflets Invitation to Tender

  32. How the Framework will operate Is there only one supplier for the item(s) required? Are the terms agreed precise enough for the best supplier to be identified for the particular need? Hold a mini competition between those suppliers in the framework capable of meeting the particular need Award the call-off to the supplier who can provide the goods or services using most economically advantageous basis NO NO YES YES Call-off the relevant goods or services

  33. How the framework will operate Adding new products New products can be added during period of framework Need to be within scope of original OJEU notice Approval via a project board?

  34. How the framework will operate • Pricing • bidders to submit prices for their products to also include volume discount prices • these will apply if any organisation calls off the contract • if an org has a large order they may conduct amini -competition to which bidders may respond by offering greater discounts. • price review takes place on the 2nd anniversary but throughout the 4 year framework only price reductions will be allowed  

  35. Partners CFOA MCA DEFRA

  36. Any Questions

More Related