SMART@FIRE-PCP model Invitation to Tender
1
Deadline for receipt of the Offers Phase 1: 13 October 2014 at 12:00
- PCP Invitation to Tender
SMART@FIRE-PCP model Invitation to Tender
2
SMART@FIRE PCP INVITATION
TO TENDER CONTENTS AMENDMENT SHEET
Amend. No. Issue Date Amendments Initials Date
0 10 feb 2014
1 04 april 2014
2 04 June 2014
3 26 June 2014
4 11 July 2014
SMART@FIRE-PCP model Invitation to Tender
3
SMART@FIRE-PCP Invitation to Tender
This Invitation to Tender (ITT) should be read in conjunction with other documents associated
with this Pre-Commercial Procurement (PCP). A list of these documents is added at the end of
this Invitation to Tender (hereunder and in Section 9) and they can be requested on the following
e-mail address [email protected].
The tenderer is advised that the subject matter of this contract means that it is excluded from
the remit of Directive 2004/18/EC (by virtue of Article 16(f)) and Belgian Public Procurement
law (by virtue of Article 18 (4), Law of June 15th, 2006). The use of the Official Journal to publish
the contract notice is not to be taken as a waiver of this exclusion by the Lead Procurer. This
ITT (and any contract subsequently entered into with the preferred Tenderers) shall be governed
and construed in accordance with the laws of Belgium. By submitting a tender the Tenderer
agrees that the courts of Brussels, Belgium (Dutch speaking division) shall have exclusive
jurisdiction over any dispute or claim arising out of or in connection with this ITT or that contract
or its subject matter or formation (including non-contractual disputes or claims).
Summary Interested legal entities are invited to tender for research and development (R&D) service
contracts, with the aim to develop new ICT-solutions. The priority challenge for the PCP tender
covers primarily a Personal Protective System - central nerve system (incl. standard turnout
gear ‘integrated’ with ICT subsystems covering system architecture, communication,
localization, visualization, interfaces, etc.) as outlined in the SMART@FIRE-PCP Challenge Brief.
The Challenge Brief also contains details on background, challenges and expected outcomes of
the projects.
The Agency of Innovation - Het Agentschap voor Innovatie door Wetenschap en Technologie1
(“IWT”) is the Lead Procurer, acting in its own name and on its own behalf as well as in the name
and on behalf of the following governmental entities (i) the Federale Overheidsdienst
Binnenlandse Zaken2 (“IBZ”) and (ii) the Service Départemental d’incendie et de secours des
Bouches du Rhone3 ‘(SDIS 13”). Both entities and IWT form the Group of Procurers.
When tendering, bear in mind that the tendered price should reflect the fact that intellectual
property rights created by the Contractor as a result of work done under the contract stay with
the Contractor as provided for in the framework agreement (see clause 17 and 18), subject to
the call-back provision set forth in clause 18.6 of the framework agreement.
The SMART@FIRE-PCP will use a phased approach:
• Phase 1: Solution Design: is intended to demonstrate feasibility.
• Phase 2: Prototyping and testing: is for the development and evaluation of prototypes
or demonstrators.
• Phase 3: First Batch Production and Testing: is intended for the original development
and testing of a limited volume of first products/ services (test series).
In each phase, Tenderers are competing with each other for assignments.
1 The Agency for Innovation through Science and Technology
2 The Federal Public Service Internal Affairs of Belgium
3 The French Fire Department SDIS 13 (Bouches-du-Rhone Fire Department)
Field Code Changed
SMART@FIRE-PCP model Invitation to Tender
4
A Tenderer must have submitted a tender for Phase 1 to be considered for Phase 2.
Time Frame and Budget
Tenderers should aim at a market introduction of their new solution a maximum 5 years after
the end of the PCP. In total, 450.000 € (exclusive of VAT) is reserved for the PCP contracts.
Priority of Tender Documents
In case of conflict between the following documents with regard to the same matter, the order
of priority and prevalence between the documents shall be as follows:
- The Invitation to Tender;
- The Challenge Brief (includes Functional Requirements);
- The Framework Agreement;
- The Work Orders;
- Other Tender Documents, if any,
and
- The Tender of the Contractor
SMART@FIRE-PCP model Invitation to Tender
5
Contents SMART@FIRE-PCP Invitation to Tender ............................................................................. 3
Summary ................................................................................................................ 3
Time Frame and Budget .............................................................................................. 4
Priority of Tender Documents ....................................................................................... 4
1 An introduction to Pre-Commercial Procurement ......................................................... 7
2 Brief description of the Scope of the PCP-Smart@Fire ................................................. 10
3 Contracting Authority: Lead Procurer – Group of procurers – Preferred Partners ................. 11
4 Description of the Tendering Procedure and related Framework agreement ...................... 12
4.1 Description of the Tendering Stage ..................................................................... 12
4.2 Description of the Execution Stage and successive phases: ........................................ 13
4.3 Number of contracts awarded in each phase. ........................................................ 15
4.4 Framework Agreement ................................................................................... 16
4.5 Budget ....................................................................................................... 16
4.6 The payment schedule .................................................................................... 17
4.7 Satisfactory completion of the phases ................................................................. 18
5 Submitting a tender .......................................................................................... 18
5.1 General administrative instructions .................................................................... 18
5.2 Indicative time schedule ................................................................................. 19
5.3 Submission of a tender for the successive phases .................................................... 20
5.3.1 Request to participate to Smart@Fire PCP ......................................................... 20
5.3.2 Submission of a tender in the Tendering Stage for Phase I ...................................... 20
5.4 Communication with the Lead Procurer ............................................................... 21
5.5 Consortium ................................................................................................. 22
5.6 Disclosure of information – Confidentiality ............................................................ 22
5.7 Conformance between the Framework Agreement and the call for tender documents in
general ...................................................................................................... 23
6 Legal provisions ............................................................................................... 23
6.1 Subcontractors ............................................................................................. 23
6.2 Disclaimer and Withdrawal of the PCP ................................................................. 24
6.3 Confidentiality, publicity and information about the award ....................................... 24
6.4 Distribution of IPR resulting from the project ........................................................ 25
6.5 Applicable law – Competent court –Remedies ........................................................ 26
7 Evaluation of the tender .................................................................................... 26
7.1 Exclusion criteria .......................................................................................... 26
7.2 Minimum requirements ................................................................................... 28
7.3 General assessment process ............................................................................. 29
7.4 Assessment criteria and Scoring ......................................................................... 30
8 Awarding criteria ............................................................................................. 31
SMART@FIRE-PCP model Invitation to Tender
6
9 List of documents ............................................................................................ 40
10 Appendix 1: Scoring model ................................................................................. 41
11 Appendix 2: Request Of the Tender Documents Form –Registration Form ....................... 4645
12 Appendix 3: Tender Query Form ........................................................................ 4746
12 Appendix 4: General Tender Submission Form ...................................................... 4847
13 Appendix 5: Exclusion Criteria .......................................................................... 5049
14 Appendix 6: Financial Information ..................................................................... 5352
15 Appendix 7: Technical Capacity ........................................................................ 5655
16 Appendix 8: Tender Form (Technical and Financial offer) ......................................... 5958
17 Appendix 9: Evaluation Process ......................................................................... 7170
SMART@FIRE-PCP model Invitation to Tender
7
1 An introduction to Pre-Commercial Procurement
1.1 Pre-Commercial Procurement (PCP) is a procurement method based on an open competition
which enables public sector bodies to engage with innovative businesses and other interested
organizations in research and development (R&D) projects, to arrive at innovative solutions
that address specific public sector challenges and needs for which there is no solution on
the market as yet. The new innovative solutions are developed through a phased
procurement of development contracts to reduce risk.
1.2 A PCP that is seeking to award contracts for R&D services falls outside the scope of the two
EU procurement directives; see Utilities Directive 2004/17/EC, Article 24 (e), and Public
Sector Directive 2004/18/EC, Article 16 (f). The R&D services will be financed at market
price, thus providing business with a transparent competitive and a reliable source of early-
stage budget, and the opportunity to establish an early customer, for a new solution. Since
PCP focus on specific identified needs, the chance of exploitation of developed solutions
increases.
1.3 The Belgian legal framework
For the procurement of the R&D services in the framework of Smart@Fire, one must
determine whether Belgian Public Procurement Law applies.
A procurement of R&D services falls within the scope of Belgian Public Procurement Law if:
1. The benefits accrue exclusively to the contracting authority;
AND
2. The entire contract is financed entirely by the contracting authority.
Both conditions have to be met in order that the Belgian Law and tendering procedures
apply.
In Smart@Fire the Pre-Commercial Procurement (art. 18, 4° Belgian Procurement Law of
15June 2006) is excluded from the scope of the Belgian Procurement Law because the
contracting authorities does not reserve the benefits of the procurement of the R&D-services
exclusively for themselves (in particular IPR ownership is assigned to the contractors) and in
return the price paid to the contractors includes a price reduction compared to exclusive
development.
As Belgian Public Procurement Law does not apply in the framework of Smart@Fire, tender
documents are drawn up which clearly indicate why this procurement of R&D services falls
outside the scope of legislation (see Challenge Brief).
On the basis of the final report of the innovation platform, the solution to be developed is
described in more detail and incorporated in these tender documents. The tender documents
contain information on the solution to be developed, its functional requirements, and also
the evaluation criteria on the basis of which the offers of the prospective contractors are
evaluated.
1.4 The PCP method is suited to Tenderers of all sizes, including small and medium-sized
enterprises (SME), as the contracts are of relatively small value and operate on short
timescales.
SMART@FIRE-PCP model Invitation to Tender
8
1.5 PCP General Principles:
The exemption for R&D services foreseen in the legislation allow a more flexible approach
in terms of tendering procedure, nevertheless the Fundamental Principles established in the
EU Directives and Treaty must be respected: the free movement of goods, services and
workers; the freedom of establishment and the free movement of capital. As well as the
principles derived from the EU-treaty principles:
(1) Transparency & Openness
(2) Non-discrimination and Equal Treatment
The PCP procedure and the final procurement of the developed commercial solution must
be completely separated. The public procurers will always ensure EU wide publication in the
OJEC and National Official Bulletins, not only the PCP call for tender but all the related
decisions will be clearly motivated and communicated. The PCP contracts and the final
procurement shall always be awarded to the tenders offering Best Value for Money. Due to
this openness and transparency of the procedure, the PCP and final procurement are not
necessarily awarded to the same parties.
1.6 The Specific Pre-Commercial Procurement conditions
In addition to the basic principles some Specific Pre-Commercial Procurement conditions
have to be taken into account if the contracting authorities involved in the Smart@Fire
project want to apply the exemption for R&D-services. In the framework of the Smart@Fire
project the utmost care was taken in order to respect the conditions foreseen in the EC
Communication on Pre-Commercial procurement and its accompanying Staff Working
Document4. The conditions are5:
(1) The scope of Tender to be launched holds meanly R&D services6.
The R&D-services that have to be deployed accounts for more than 50% of the value of the
overall value. .
(2) PCP projects can never include commercial development activities.
The PCP ends with the production of a limited batch of products after having given the
opportunity to the contracting authorities to test the developed solution. The R&D-phase is
clearly separated from the final commercial tender. The contracting authorities cannot
4 COM/2007/799 and SEC/2007/1668
5 The specific conditions mentioned have been taken into account in the different Smart@Fire Tender Documents: the Challenge Brief, the Invitation to Tender, the framework agreement, etc.
6 According to the OECD Frascati Manual, “the term R&D covers three activities; basic research, applied research and experimental development […] Basic research is experimental or theoretical work undertaken primarily to acquire new knowledge of the underlying foundation of phenomena and observable facts, without any particular application or use in view. Applied research is also original investigation undertaken in order to acquire new knowledge. It is, however, directed primarily towards a specific practical aim or objective. Experimental development is systematic work, drawing on the existing knowledge gained from research and/or practical experience, which is directed to produce new materials, products or devices, to installing new processes, systems and services, or to improving substantially those already produces or installed. R&D covers both formal R&D in R&D units and informal or occasional R&D in other units”. For further discussion on the definition of R&D, see OECD’s Frascati Manual (latest edition: 2002: Frascati Manual, Proposed Standard Practice for Surveys on Research and Experimental Development).
SMART@FIRE-PCP model Invitation to Tender
9
purchase directly the developed solution in commercial volumes as part of the PCP tender.
Therefore it is crucial for the procurers to anticipate the conditions under which the
commercial procurement will take place, and secure themselves access to the developed
solution via user rights and licensing.
(3) Competitive Development in subsequent phases
The PCP-method used in Smart@Fire is a phased approach model according to the Working
Document of the EC. The innovative Personal Protective System (PPS) for fire fighters will
be deployed in three phase: Solution Design, Prototyping (and connected tests in the
premises of the Contractors) and the development of a limited amount of first products (and
connected tests, in the test facilities of the Departmental Fireschool of Marseille, France).
In addition, the contract in each phase must be awarded to multiple Tenderers. In the last
phase, if the quality of the offers allow it, at least 2 Contractors should be appointed in
order to avoid vendors lock-in.
(4) A Single framework Contract
To manage the PCP one single framework contract will be signed with each selected
supplier covering all the PCP phases. This framework contract will contain an agreement on
the future procedure for implementing the different phases (through specific contracts),
including the format of the intermediate evaluations after the solution design and prototype
development stages that progressively select economic operators with the best competing
solutions.
(5) The Risk-Benefit sharing-principle and related IPR-rights:
One of the main advantages of PCP is the sharing of both opportunities and risks by both the
public procurers and the private suppliers. This means the public purchaser will not keep
the outcome (in particular ownership rights of IPRs generated by contractors for remain with
the contractors) of the R&D completely for its own use in return for a price reduction on the
development cost and certain usage and licensing related rights. As the appointed
contractors retain IPR ownership rights and the associated commercialisation opportunities
of developed solutions to other markets, the contractors themselves will be required to
invest in the R&D-phase as the required budget can never be supplied by the public procurer
alone cover the expenses related to protection of and litigation on the IPRs. This way both
parties (contractors and procurers) share both potential benefits and and the risks of a
potential failure the development.
Tenderers are required to submit fixed price offers, meaning that Tenderers are responsible
to cover at their own expense any additional unforeseen development costs in their
individual solution approach that they may incur above the fixed price they have committed
to in their bid.
Innovations developed in the framework of this initiative will lead to the creation of
important IPR rights generated by the suppliers. IPRs arising from the R&D developments
will be vested as much as possible to the developing supplier(s). The Group of Procurers will
receive as a minimum User rights on the developments to ensure continuity of its internal
operations. The developing supplier(s) can be requested by the Group of Procurers to offer
licenses to third parties under fair and reasonable condition. All contracts will foresee a
call-back provision to ensure that IPRs allocated to companies that do not succeed to exploit
them, will return back to the Group of Procurers.
(6) Avoid Illegal State Aid: the R&D-activities should be performed at market
conditions
SMART@FIRE-PCP model Invitation to Tender
10
The payments done to the suppliers may not constitute state aid, therefore the whole PCP-
approach much be executed at market conditions. In Smart@Fire we ask the tendering
suppliers to provide a price reduction in return for the IPR benefits they get. A financial
expert could be appointed in the Evaluation Committee to evaluate the market conditions
in the sector and the offered price reduction.
(7) European Legislation and Standards
Smart@FireAs the primary goal of Smart@Fire is to better protect fire fighters and reduce
the risks involved in firefighting the Tenderer or consortium should take into account that
the final Smart PPS prototypes comply with the applicable European Legislation (and
Standards) as well as the specific requirements of the procurer. (see Challenge Brief)
1.7 In this PCP, tenders will be selected by an open procurement process and awarded research
and development contracts. Selected Contractors will retain intellectual property generated
from their projects (subject to the call-back provision set forth in clause 18.6 of the
Framework Agreement), with certain rights of use retained by the Group of Procurers.
2 Brief description of the Scope of the PCP-Smart@Fire
2.1 The scope of the PCP-tender is the development of a “PPS central nerve system: system architecture, communication, localization & interfaces”. (For more information and
details: see Challenge Brief and Functional Requirements)
This PPS covers multiple elements listed hereafter. For each element a number of insights
are described, reflecting the main sources of complexity.
The PPS central nerve system architecture:
Communication network with sufficient indoor penetration and near real-time
update rate towards the intervention coordinating officer
Balanced trade-offs between distributed and central processing, scalability of
system, local performance vs. remote responsiveness (online vs. offline operation),
interfaces, etc.
Limited integration with textile (underwear, turnout gear, or…):
Woven-in, layered-on ICT-textile integration comprises too many risks w.r.t
manufacturing costs, durability, etc.
Cabled and/or wireless. When cabled: easy mounting/replacing of
cables/connectors; durability of cables/connectors; dealing with different turnout
gear sizes; integrating UIs. When wireless: limiting interference; easy start-up and
self-assessment of correct operations via minimal # UI’s
Electromagnetic shielding of the different devices (sensors, processing unit,…),
without implementing military-grade measures.
Localization engine:
A hybrid localization system (preferentially GPS with inertial subsystem) with limited
indoor drift.
A relative track & trace map, enabling ‘meet point’ and ‘recovery path’ instructions.
Available Cartesian coordinated maps (e.g. Google maps) used as overlay.
Beacon-based solution instead of inertial at increased risk, principally fast &
accurate deployment and TCO.
Intuitive user feedback (restitution, visualization):
For the intervention coordinating officer: intuitive UI dashboard, conform way of
working.
SMART@FIRE-PCP model Invitation to Tender
11
For the firefighter: multimodal combination of audio, simple UI (button/lights) and
haptic belt. Risk reduction should focus on automated feedback modality selection
and ergonomic use.
Coupling via defined application interfaces (e.g. Bluetooth application profile) with
(Standalone) environmental temperature measurement device
Optional, when available: (standalone), cheap, simple and robust explosive gas
detector (e.g. indicating the presence of explosive gasses without measuring ppm
details)
2.2 The PCP-procedure is articulated in three phases:
Phase 1: Solution design
Phase 2: Prototyping
Phase 3: Testing of a first Batch of products
At this stage the Tenderers are requested to submit a tender for Phase 1 as well as the
applicable unit prices for phase 2 and 3.
3 Contracting Authority: Lead Procurer – Group of procurers –
Preferred Partners
3.1 The Agency for Innovation by Science and Technology of Flanders (“IWT”), who is
represented by the Project Director and Legal Procurement expert Mr. Christophe Veys, will
act as Lead Procurer in the framework of the SMART@FIRE-PCP, acting in its own name and
on its own behalf as well as in name and on behalf of the Buyers Group.
The Buyers Group consists of the following contracting authorities.
• the Federal Public Service Internal Affairs of Belgium (IBZ). The Federal Public Service
Internal Affairs of Belgium is responsible for the procurement of PPE’s for more than
18.000 Belgian fire fighters.
• the French Fire Department (SDIS 13) (Bouches-du-Rhone Fire Department). The French
Fire Department SDIS 13 (Bouches-du-Rhone Fire Department) encompassing 67 fire
stations and has around 4500 voluntary fire fighters, 1160 professional fire fighters and
379 administrative, technical, and specialized personnel of the French Civil Service with
a wide experience in many specialized types of interventions.
3.2 The Greater Manchester Fire & rescue Authority (GMFRS); the Stadt of Dortmund (FDDO) –
Het Nederlands Instituut Fysieke Veiligheid (IFV) - are not part of the consortium of
contracting Authorities but will have the status of Preferred Partner in this contract and
assume the rights as stated in clause 25 of the Framework Agreement.
Other Fire fighter brigades acting as contracting authorities from a variety of European
Countries have indicated an interest in the SMART@FIRE-PCP. They will be informed of the
progress and results, but will not acquire any IPR.
3.3 The consortium of partners and contracting authorities are supported in the SMART@FIRE-
PCP with external expertise from Addestino or other external advisers to be appointed.
They can provide expertise on the execution of the PCP and coordinate, the submission
and assessment of tenders.
SMART@FIRE-PCP model Invitation to Tender
12
3.4 IBZ, SDIS 13, and IWT will acquire the right to use the Intellectual Property Rights (IPR)
developed in the SMART@FIRE-PCP by the companies, subject to a call-back provision. See
clause 6 for further information on the division of IPR as well as the relevant clauses in the
Framework Agreement (including clause 17 and 18).
4 Description of the Tendering Procedure and related
Framework agreement This PCP procedure is articulated in two stages:
- The “Tendering Stage” - Bid submission and admission based on participation
requirements and administrative documents (appendix 4,5,6,7), technical and
financial offer (appendix 8) ;
- The “Execution Stage” – this stage is divided in three different Phases:
• Phase I (solution design) (duration 4 months)
• Phase II (prototype development) (duration 8 months)
• Phase III (Pre-commercial small scale product/service development) (duration 6
months)
(here after each a “Phase”).
A general Framework Agreement for the provision of the R&D services required in the
Execution Stage, setting out the rights and obligations of the Contractors and the Lead
Procurer in the execution of all three Phases shall be entered into by all selected Tenderers
with the Lead Procurer.
4.1 Description of the Tendering Stage
The services procured under Smart@Fire fit in the list of exemptions to Directive
2004/18/EC, therefore there is no requirement to use one of the tendering procedures
defined in this Directive. Nevertheless in this PCP a procedure similar to the “open
procedure” as defined in this Directive shall be applied.
As in an “open procedure”, there is no "pre-qualification" phase in order to select
candidates for the tendering. Therefore, Tenderers are invited to check carefully the
requirements as to the contents of the "Administrative Documents" listed below under
section 5.3 (submission of a tender for successive phases), before starting to prepare
their technical and financial offers (Use the Tender Form Section 8).
A minimum aximum number of four (4) Tenderers will be asked to sign each a
Framework Agreement and will be awarded a Contract for Phase I.
A maximum budget of 60.000€ (excl. VAT) is available for the proposals admitted to
Phase I, and each Phase I Contract will be awarded a maximum of 15.000 € (excl. VAT).
SMART@FIRE-PCP model Invitation to Tender
13
4.2 Description of the Execution Stage and successive phases:
The Execution stage is divided into three separate research & development phases,
comprising, respectively and in that order:
4.2.1 Phase 1: The Solution Design Phase: is intended to demonstrate the feasibility of
proposed concepts for new solutions. We expect to award a minimum aximum of four (4)
tenders in this Phase 1. Phase 1 results in a detailed and accurate feasibility report. In
first instance the tenderer will have to provide the Lead Procurer a tender for this first
phase as well as the applicable unit prices for phase 2 and 3. Tenders for Phase 1 will be
evaluated and selected by the Evaluation Committee based on the evaluation criteria set
forth in appendix 1 (for more details see clause 7 below) and the submission of the
administrative forms (appendix 4,5,6,7) and a technical and financial offer (appendix 8).
A standstill period is foreseen of at least ten calendar days following the notification of
the selection decision, before the contract is signed with the successful Tenderer(s). Its
purpose is to allow Tenderers to challenge the decision before the framework agreement
is signed. The duration of Phase 1 is 4 months (fix term)
On the completion date of Phase 1, the contractors of phase 1 shall submit to the Lead
Procurer their end of phase reports for Phase 1 together with the deliverables (including
the Results) for phase 1, which shall be reviewed and assessed by the Evaluation Committee
in order to determine whether the respective contractors have unsatisfactorily,
satisfactorily or successfully completed phase 1. The evaluation committee intends to issue
its decision one month after the completion date of phase 1 (see clause 43 Framework
Agreement).
- “unsatisfactory completion of a phase” means that a contractor has not complied with
all the conditions for satisfactory completion its obligations set forth in the agreement
and the relevant work order and/or did not (timely) meet with all requirements for the
completion of the phase as set forth in the tender Documents (including the Challenge
Brief, the Functional Specifications Document and the relevant Work Order) and the
tender of that contractor.
- “satisfactory completion of a Phase” means that a contractor has carried out the work
proposed in the submitted tender, has allocated the funds to the planning objectives
and delivered the required reports/demonstrations for that phase on time and with
minimum reasonable qualitycomplied with all its obligations set forth in the agreement
and the relevant work order and that all requirements for the completion of that phase
as set forth in the tender documents (including the Challenge Brief, the Functional
Specifications Document and the relevant Work Order) and the tender (of that
contractor) have been timely met, but that the outcome of the phase (in particular the
design, prototype or test series of first end-products resulting from phase 1/2/3
respectively) does not meet the mandatory minimum functional requirements and/or
the design constraints such as the expected maximum price for the end-solution and
the health/safety constraints defined in the challenge brief and the functional
specifications is not considered feasible according to the assessment of the outcomes
of the phase by the evaluation committee, acting reasonably. For example: the
outcome of the feasibility study in Phase 1 could be that the innovation is not feasible.
- “successful completion of a phase” means that the contractor has satisfactorily
completed the phase (as defined above) and that the outcome of the phase is
considered promising (in particular the design, prototype or test series of first end-
products resulting from phase 1/2/3 respectively) meets all the mandatory minimum
functional requirements and all the design constraints such as the expected maximum
price for the end-solution and the health/safety constraints defined in the challenge
Formatted: Indent: Left: 1 cm, First line: 0 cm
SMART@FIRE-PCP model Invitation to Tender
14
brief and the functional specifications according to the assessment of the outcomes of
the phase) by the evaluation committee, acting reasonably.
Successful completion means: successful completion of all related milestones as
described in the contracted tender, and the deliverables (including the Results) of the
Phase are considered by the Evaluation Committee and the lead Procurer to be
promising.
Immediately after the issuance by the evaluation committee of its decision as to the
unsatisfactory, satisfactory or successful completion of Phase 1, the lead procurer will
issue a call for tenders among those contractors that successfully completed Phase 1 to
perform the services within the scope of Phase 2 (prototyping) of the project. Such
contractors shall be required to submit their tenders for phase 2 at the latest 6 weeks after
the issuance of the relevant call for tenders for Phase 2. The criteria and the method for
evaluating those tenders for phase 2 will be set out in the corresponding call for tenders
for Phase 2. The evaluation committee intends to issue its decision as to the award of the
work order phase 2 two (2) weeks after the final submission date for tenders for phase 2.
If a contractor is selected and awarded a work order for phase 2, the agreement shall
continue in effect for the duration of that phase and shall apply to that phase as well. In
addition, a separate work order for phase 2 shall be signed by the lead procurer and the
contractor upon the award.
If a contractor is not selected and not awarded a work order for phase 2, the agreement
shall not have any effect with regard to phase 2 or phase 3 but shall expire on the date of
the final award of phase 2 by the lead procurer (save for any survival clauses).
4.2.2 Phase 2: The Prototyping Phase: is intended to develop and evaluate prototypes or
demonstrators from the more promising concepts in Phase 1 and as such is dependent upon
successful completion of Phase 1. Continued assignment under the contract for Phase 2
may be awarded to selected Phase 1 Contractors that have successfully completed (as
detailed in clause 43 of the Framework Agreement) Phase 1 and that have been invited
and did submit the best ranking offers (as decided by the Evaluation Committee) to the
further competition for phase 2. We expect to award a minimum aximum of three (3)
projects for phase 2. Phase 2 results in the demonstration of a prototype and an end of
phase report. The demonstration (or tests) of the prototype will need to take place at the
vendor’s site. The vendor will cover the costs, the tested prototype will remain the
property of the supplier. The test procedures will be described in the corresponding call
for tender for Phase 2.
On the completion date of phase 2, the contractors shall submit to the Lead Procurer their
end of phase reports for phase 2 together with the deliverables (including the Results) for
Phase 2, which shall be reviewed and assessed by the evaluation committee in order to
determine whether the contractor have unsatisfactorily, satisfactorily or successfully
completed Phase 2. The evaluation committee intends to issue its decision one (1) month
after the completion date of Phase 2.
Immediately after the issuance by the evaluation committee of its decision as to the
unsatisfactory, satisfactory or successful completion of Phase 2, the Lead Procurer will
issue a call for tenders among those contractors that successfully completed Phase 2 to
perform the services within the scope of Phase 3 (pre-production testing) of the project.
Such contractors shall be required to submit their tenders for Phase 3 at the latest 6 weeks
after the issuance of the relevant call for tenders for Phase 3. The criteria and the method
for evaluating those Tenders for Phase 3 will be set out in the corresponding call for tenders
for Phase 3. The evaluation committee intends to issue its decision as to the award of the
Work Order Phase 3 two (2) weeks after the final submission date for Tenders for Phase 3.
SMART@FIRE-PCP model Invitation to Tender
15
If a contractor is selected and awarded a Work Order for Phase 3, the agreement shall
continue in effect for the duration of that Phase and shall apply to that Phase as well. In
addition, a separate Work Order for Phase 3, having the format set out in Section 6 of the
framework agreement, shall be signed by the Lead Procurer and the contractor upon the
award.
If the contractor is not selected and not awarded a Work Order for Phase 3, this agreement
shall not have any effect with regard to Phase 3 but shall expire on the date of the final
award of Phase 3 by the Lead Procurer (save for any survival clauses of the Agreement).
4.2.3 Phase 3 has to main objectives: 1/ the original development from prototype to first real
products and 2/ the testing of a limited volume of first products/ services (test series).
Continued assignment under the contract for Phase 3 may be awarded to selected Phase 2
Contractors that have successfully completed (as detailed in clause 2 and 43 of the
Framework Agreement) Phase 2 and that have been invited and did submit the best ranking
offers (as decided by the Evaluation Committee) to the further competition for phase 3.
We expect to award a maximum of two (2) projects for phase 3.
Pre-production testing (Phase 3) will be done in 1 SMART@FIRE based operational
environment (see Challenge Brief). SDIS13 testing site in the Departmental Fireschool of
Marseille is expected to be used for this. The testing will happen in parallel by two fire
fighters brigades. The costs for the testing site in Marseille will be at the expenses of the
SDIS 13. More formation on the test site will be made available in the corresponding call
for tender for phase 3. The groups of procurers reserves itself the right to add other test
sites in the countries of the group of procurers or preferred partners (e.g. in Belgium) for
Phase 3. Tenderers will be informed about the final set of test sites for phase 3 before
being requested to make offers for phase 3.
Phase 3 results in the demonstration of the prototype in an operational environment and
an end of phase report form.
4.2.4 Note that only the pre-production 'functional testing' needs to be done at the site of the
procurer(s). Evidently, the development work in phase 3 to move from phase 2 prototype
to phase 3 test product can be done at the vendors’ site.
On the completion date of Phase 3, the contractors shall submit to the Lead Procurer
their end of phase reports for Phase 3 together with the deliverables (including the
Results) for Phase 3, which shall be reviewed and assessed by the Evaluation Committee
in order to determine whether the contractors have unsatisfactorily, satisfactorily or
successfully completed Phase 3. The Evaluation Committee intends to issue its decision
one (1) month after the Completion Date of Phase 3.
For the avoidance of doubt, all timings referenced in this section are indicative and may
change.
4.3 Number of contracts awarded in each phase.
4.3.1 The Lead Procurer reserves the right to refrain from progressing into the next phase in
case there are no contractors reaching the required minimum points.
4.3.2 For Phase 1 a minimum aximum of 4 tenders will be awarded, for phase 2 a minimum
aximum of 3 contracts will be awarded. For Phase 3 a maximum of two tenders will be
awarded.
SMART@FIRE-PCP model Invitation to Tender
16
4.3.3 The number of Framework Agreements to be awarded depends on the number of contracts
for Phase 1 that can be let based on the budget listed below. The exact number depends
on the price of the submitted tenders.
4.3.4 The number of contracts placed is affected by the average tender price. The lower the
average price the more Framework Agreements and contracts will be awarded. For Phase
1 and 2 contracts are funded until the remaining budget is insufficient to fund the next
best tender (in that specific challenge). For Phase 3 a set number of two tenders will be
funded per Lot (assuming there are at least two tenders that meet the quality threshold).
The number of contracts placed could turn out to be lower if there are too few tenders
that meet the quality threshold.
4.4 Framework Agreement
4.4.1 The Framework Agreement sets out the framework conditions (rights and obligations
between the Lead Procurer and the Contractors) for the entire duration of the PCP covering
Phases 1, 2 and 3. The Framework Agreement remains binding for as long as (for the
duration of all those Phases for which) Contractors remain in the competition. Tenderers
should therefore in their offer for this Invitation to Tender not only state their detailed
offer for Phase 1, but also state their goals, and outline plans (incl. price conditions) for
Phases 2 and 3, as an explicit part of the path to full commercial implementation.
4.4.2 In the Tender Form the following sections require the tenderer to look ahead to Phase 2
and 3 (appendix 8, Criteria IX)
4.4.3 If a Contractor is awarded a Framework Agreement it is also awarded a work order for
Phase 1. Work orders for phase 2 and 3 may be awarded subsequently, (following further
competition at each phase). The submitted Tender Form will act as the description of the
work to be performed by the Contractor (Section 3 of the Framework Agreement).
4.5 Budget
4.5.1 Before each phase submitted tenders are assessed and the best tenders are given a
contract within the available budget per phase. The following amount of budget is
available per phase:
Amount (excl. VAT)
Phase 1 €60.000
Phase 2 €240.000-
Phase 3 €150.000
4.5.2 A maxinimum number of four (4) Tenderers will be asked to sign each a Framework
Agreement and will be awarded a Work Order for Phase I. A maximum budget of €60,000
(excl. VAT) is available for the proposals admitted to Phase I, and each Phase I Contract
will be awarded a maximum of €15,000 (excl. VAT).
SMART@FIRE-PCP model Invitation to Tender
17
4.5.3 A miniaximum number of three (3) Contractors will be selected for Phase II. It is
anticipated that the available total budget for Phase II will be €240,000 (excl. VAT).
However, the Procuring Entity may decide to allocate the remaining budget of Phase I (if
any) to Phase II. The maximum amount allocated to each selected Contractor in that
Phase shall equal the total budget of that Phase + the remaining budget of Phase I,
divided by the minimal number of selected Contractors required for this phase ( 80.000€
excl. VAT + remaining budget of Phase I/selected minimum Contractors for Phase II).
In summary: As the maximum budget and amount per bid is fixed, the budget will be
communicated to the Tenderers before the tendering phase II starts. It will be calculated
as follows: (budget for phase II + the remaining budget of Phase I divided by 3)
The selected Contractors will be awarded a Phase II Contract with a view to developing
an early prototype as well as undergoing a test phase at the Contractor’s premises.
Therefore, the Bid for Phase II shall be expected to build on the solution designed in
Phase
4.5.4 A maximum minimum number of two (2) Contractors will be selected for Phase III. It is
anticipated that the available budget for Phase III will be €150.000 (excl. VAT).
However, the Procuring Entity may decide to allocate the remaining budget of Phase II (if
any) to Phase III. The maximum amount allocated to each selected Contractor in that
Phase shall equal the total budget of that Phase + the remaining budget of Phase II,
divided by the minimal number of selected Contractors required for this phase (75.000€
excl. VAT+ remaining budget of Phase II/minimum Contractors for Phase III). The
maximum budget and amount per bid is fixed, the budget will be communicated to the
Tenderers before the tendering phase II starts. It will be calculated as follows: (budget
for phase III + the remaining budget of Phase II divided by the amount of selected
Contractors Phase III)
4.5.5 The selected contractors will be awarded a contract for Phase III with a view to
developing a Pre-Commercial small scale products and testing. Therefore, the Bid for
Phase III shall be expected to build on the solution designed in Phase I and the prototype
developed in Phase II.
4.6 The payment schedule
4.6.1 For each phase there is a fixed duration and maximum price per project (exclusive of
VAT), between each phase the Tenderers should keep in mind that a period will be
needed for the evaluation of the End of Phase Report and the selection of tenders for the
next phase:
4.6.2 The applicable payment schedule for a specific Phase will be indicated in the relevant
Work Order.
Maximum price per offer/project
(exclusive of VAT)
Fixed duration
Phase 1 € 15.000 4 calendar months
Phase 2 € 80.000 8 calendar months
Phase 3 € 75.000 6 calendar months
SMART@FIRE-PCP model Invitation to Tender
18
4.7 Satisfactory completion of the phases
4.7.1 What is considered unsatisfactorily, satisfactorily or successful completion is covered by
clause 2 and 43 of the SMART@FIRE-PCP Framework Agreement.
4.7.2 Successful completion of Phase 1 is a prerequisite to receiving an Invitation to Tender for
Phase 2. Successful completion of Phase 2 is a prerequisite to receiving an Invitation to
Tender for Phase 3 (see also clause 2 and 43 of the Framework Agreement).
5 Submitting a tender
5.1 General administrative instructions
5.1.1 Where it is stated that Tenderers are to comply with administrative instructions, those
that do not will be excluded from further participation in the PCP.
5.1.2 Only 1 tender from a tenderer as main contractor will be accepted. Nevertheless, an
economic operator may participate as subcontractor in other bidding consortia.
5.1.3 During the tendering period for each Phase contact must only be made through the e-mail
addresses provided [email protected] .
5.1.4 Tenderers should not disclose the fact that they have been invited to tender or release
details of the tender documents, other than on an "in confidence" basis to those who have
a legitimate need to know or whom they need to consult for the purpose of preparing the
tender. Tenderers should not release information concerning the Invitation to Tender
and/or the tender documents for publication in the press or on radio, television, screen or
any other medium.
5.1.5 All tenders must be made using the SMART@FIRE-PCP Tender Form which can be requested
along with all of the other competition documentation by following the instructions on the
competition registration web page. All tenders must be submitted in accordance with the
following rules:
Tenders and supporting documents must be written in English or a full English
translation provided at no cost to the Lead Procurer
Tenders must not be qualified or accompanied by statements or a covering letter that
might be construed as rendering the tender equivocal. Unauthorized alterations or
additions must not be made to any component of the tender documents.
The CA’s decision as to whether or not a tender complies with these instructions will
be final.
5.1.6 Tenders received after the closing date for the PCP will not be included in the evaluation
process.
5.1.7 Tenders must not exceed the page limits set out in the Tender Form.
Tenderers should print on A4 max. 35 pages
If the Tender exceeds the page limit then all words and / or pages in excess of the
specified limit will not be considered further.
5.1.8 Tenders shall be received at no later than the closing date for the PCP, insert 13th of
October 2014 at12:00(see clause 5.2 for an indicative time schedule for the PCP).
Field Code Changed
SMART@FIRE-PCP model Invitation to Tender
19
5.1.9 Tenderers have to request the tender documents by using the “Request for Tender
Documents Form (appendix 2). At the point of registration for this competition each
tender will be assigned a reference number. It should be noted that you will need it for
all subsequent enquiries. If your tender is successful, this reference number will stay with
the project for its duration.
5.1.10 For more information on how to tender, please see 5.3
5.1.11 Offers should remain open for acceptance for at least 180 working days from the tender
return date.
5.2 Time schedule
Phase 1 Solution Design
Date Activity
After the publication Tendering period opens
13 October 2014 at 12:00 Deadline for submitting tenders
14 October till 7th November 2014 Assessment by evaluation committee
7th of November Tenderers notified of decisions (Start stand- still period)
24th of November Framework Agreement and Work Order Phase 1 sent and to be signed
24th of March February 2015 Expected completion of Phase 1
Phase 2 Prototyping
Phase 3 Testing
Date Activity
14th of April 2015 Request Call for tender Phase 2
26th of May 2015 Deadline for tenders
27th of May 2015 till 14th of June Assessment by evaluation committee
15th of June 2015 Tenderers notified of decisions
Work Order Phase 2 sent and to be signed
16th of February 2016 Expected completion of Phase 2
Date Activity
02 March 2016 RequestCall for tender Phase 3
13th of April 2016 Deadline for tenders
14Th till 29th of April 2016 Assessment by evaluation committee
30th of April 2016 Tenderers notified of decisions
Work Order Phase 3 sent and to be signed
30th Of October 2016 Expected completion of Phase 3
SMART@FIRE-PCP model Invitation to Tender
20
The Lead Procurer reserves the right to adjust the time schedule if necessary. This will be
communicated in a timely manner to all Tenderers. The dates for Phase 2 and Phase 3 are
indicative as this stage and could be subject to change.
5.3 Submission of a tender for the successive phases
5.3.1 Request to participate to Smart@Fire PCP
In order to obtain the tender documents it is compulsory to use the Request for Tender
Documents (appendix 2)
5.3.2 Submission of a tender in the Tendering Stage for Phase I
At this stage the Tenderers are requested to submit a tender for Phase 1 as well as the
applicable unit prices for phase 2 and 3 (see Tender Form appendix.
A. In order to participate to the PCP the Tenderers shall submit in the Tendering Stage
the administrative documents (appendix 4,5,6,7) as listed below. The use of the
forms is compulsory:
- Appendix 4: Bid Submission Form (In case of Consortia the Statement in appendix
should be signed by each consortium member)
- Appendix 5 (Form A) related to the Exclusion Criteria (In case of Consortia the
appendix should be submit by each consortium member)
- Appendix 6 (Form B) related to the Financial information (In case of Consortia the
Statement should be signed and submit by the Leading Tenderer)
- Appendix 7 (Form C) related to the Technical Capacity (In case of Consortia the
appendix should be submit by each consortium member)
B. In addition the Tenderers will submit a technical and financial offer by answering
the questions listed in the Tender Form. (see appendix 8).
B.1 For the Technical Offer (appendix 8 Criteria I till VIII). Answer the questions listed
in the Tender Form. Max total amount of pages 35 (Tenderers should print on A4 max.
35 pages). If the Tender exceeds the page limit then all words and / or pages in excess
of the specified limit will not be considered further.
B.2 For the Financial Offer: (appendix 8 Criteria IX). The Tenderers must quote
binding unit prices/hourly rates for each category of R&D resources (e.g. junior,
senior researchers, developers, etc.) and specify other costs. The Tenderers must also
quote binding unit prices for their own resources for Phases II and III that are not
expected to be used in Phase I and quote estimated unit costs for resources of third
parties to be used in Phases II and III.
In the Bids for Phases II and III the Contractors must also provide a breakdown of the
Actual Price as in Phase I. In these Bids, the Contractor may adjust the unit prices
already quoted in Phase I by a percentage that is not higher than the inflation rate
calculated by the EU (the Harmonised Index of Consumer Prices – HICP – inflation
rate/EU27).
The list of unit prices quoted in the Bid for Phase I should as far as possible cover all
types of resources foreseen to be needed to carry out the work in Phase I, II and III, and
all unit prices for the Tenderer’s own resources quoted will be binding throughout the
entire Framework Agreement. For unit prices/ unit costs that are only relevant to Phase
SMART@FIRE-PCP model Invitation to Tender
21
II and III, the Tenderer should insert “0” as quantity. If work is intended to be carried
out by subcontractor(s), please indicate this in the first column.
It is also important that Tenderers fully value the Project Intellectual Property
Rights resulting from the PCP. To make sure a fair market price is offered in their bid,
the Procuring Entity requires Tenderers to state two prices:
- The price that they would have quoted if Project Intellectual Property
Rights was fully retained by the Procuring Entity and Tenderers did not have the
possibility to exploit developed knowledge (the “Virtual Price”).
- The price that Tenderers quote considering that they retain Project
Intellectual Property Rights in accordance with the provisions of the contract
and that they can exploit developed project knowledge (the “Actual Price”).
5.3.3 Tenderers willing to submit a Bid shall submit an envelope containing the documents as
listed in 5.3.2 which must be delivered and reach the Lead Procurer not later than
12:00 (CET) on October 13, 2014 to the following address:
IWT, Koning Albert II-laan 35, bus 16, 1030 Brussels, Belgium (to the attention of
Christophe Veys, Project Director Smart@Fire).
5.3.4 The envelopes received after the deadline will not under any circumstances be
admitted to the tendering procedure even if shipped before the expiry of the term. This
also applies to envelopes sent by registered mail with notification of reception: the
shipping date resulting from the stamp will not be taken into account; these envelopes
will not be opened and will be considered as undelivered.
5.3.5 By the submission of the Bid, the Tenderer marks its unreserved acceptance to all terms
and conditions contained in the Tender Documents. The Bid may not, under penalty of
exclusion, contain any reservation in relation to any conditions of any of the Tender
Documents.
5.4 Communication with the Lead Procurer
5.4.1 Tenderers requesting the Tender Documents are obliged to use the Request for Tender
Documents (appendix 2)
5.4.2 Tenderers may ask questions about the tender documents. Questions or requests for
clarification concerning the Tender documents must have been received no later than
Friday 27th of June at 14PM. These questions must be addressed to [email protected]
and submitted on the form supplied in Appendix 3 (Tender Query Form). All questions
received will be dealt with and answered during an information session held in Brussels
on the 1st of July, 13h30 – 16u30 at the Ferraris Building, Koning Albert II laan 20, in the
Auditorium.
After the information session, no additional questions will be allowed nor answered!
Field Code Changed
SMART@FIRE-PCP model Invitation to Tender
22
A summary of all the questions and answers will be sent to all Tenderers that have
requested the Tender documents.
5.4.3 All questions can only be sent by e-mail.
5.4.4 Please quote your reference number when contacting us to help us answer the query.
5.4.5 A summary of questions and answers addressed will be added to the Questions & Answers
Document (Q&A). The updated Q&A will also be distributed to all those who have
registered for the competition. The identity of the questioner will not be disclosed.
5.4.6 During the tendering period for each Phase contact must only be made through the e-
mail addresses provided [email protected]
5.5 Consortium
5.5.1 If a tender is submitted by a consortium that does not in itself constitute a legal entity,
for example as an unincorporated joint venture or an unincorporated body, all consortia
members shall sign the tender and, if applicable, the contract, making them jointly and
severally liable.
5.5.2 A Tender from consortiums of companies or groups of service providers, suppliers must
specify the role, qualification and experience of each member of the group. If two or
more Tenderers submit a joint bid, one must be designated as the Leading partner and
will be responsible for all the aspects of the contract.
5.5.3 If the tenderer is a joint venture or a consortium of two or more entities, all such entities
shall be jointly and severally bound to fulfill the terms of the contract. The person
designated by the consortium to act on its behalf for the purposes of the contract shall
have the authority to bind the consortium and is the sole interlocutor for all contractual
and financial aspects. The composition or the constitution of the joint venture or
consortium shall not be altered without the prior consent of the Lead Procurer. Any
alteration of the composition of the consortium without the prior consent of the Lead
Procurer may result in the termination of the contract.
5.6 Disclosure of information – Confidentiality
5.6.1 Tenderers are invited to request that certain information is not disclosed or published if
to do so would prejudice their commercial interests or is otherwise exempt from
disclosure under the Freedom of Information Laws (FOIL) (see the relevant clauses in the
Framework Agreement, including clause 10 and 32). Details should be provided in the
Professional Secrecy Section of the Tender Form. Requests for nondisclosure under the
FOIL7 and/or the EIR8 must accompany the Tender and include clear and substantive
justification and a time limit when any such information could be disclosed. The terms
of any confidentiality agreement would, if requested, be available for disclosure. Any
request by any Tenderer under this paragraph shall not be binding on the Lead Procurer
7 Freedom of Information Laws – see definition in Section 2 of the Framework Agreement.
8 The Enviromental Information Act dated August 5, 2006
Field Code Changed
SMART@FIRE-PCP model Invitation to Tender
23
or any member of the Group of Procurers and shall be treated as being for informational
purposes only and will not be taken into account in the Tender assessment process, nor
will any such request form part of the proposed contract.
5.6.2 Under the Freedom of Information Laws (or FOIL) and the Environmental Information Act
dated August 5, 2006 (EIR) the Lead Procurer (or any member of the Group of Procurers)
may be obliged to disclose information relating to responses to this tender.
5.6.3 At the point of registration for this competition, each tender will be assigned a reference
number. It should be noted that you will need it for all subsequent enquiries. If your
tender is successful, this reference number will stay with the project for its duration.
5.7 Conformance between the Framework Agreement and the call for
tender documents in general
5.7.1 An agreement will be entered into only by means of the Form of Agreement Section 1
Framework Agreement, signed by both parties.
5.7.2 By submitting a tender, the tenderer accepts to be bound by the undertakings and
conditions of the SMART@FIRE-PCP Framework Agreement.
5.7.3 The tender may not contain any reservation in relation to the conditions of the
Framework Agreement. Tenders shall be based on the conditions as set out in the
Framework Agreement and the other call for tender documents.
5.7.4 By the submission of a tender or offer, the Tenderer marks its unreserved acceptance of
all terms and conditions as set forth in the call for tender documents. The tender or offer
may not, under penalty of exclusion, contain any reservation in relation to any conditions
of any of the call for tender documents.
6 Legal provisions
6.1 Subcontractors
6.1.1 The tenderer shall state in the Tender Form which part of the SMART@FIRE-PCP
challenges, if any, is intended to be subcontracted to other suppliers or Contractors.
6.1.2 A tenderer that wishes to rely on the resources of any subcontractor for the fulfilment of
the requirements for participation in the PCP (and, where, applicable, an awarded
contract), will, upon the request of the Lead Procurer, in a satisfactorily manner
demonstrate that these resources will be available to him. One way of demonstrating this
is to submit a written commitment from such subcontractor showing that the resources
required of the subcontractor will be at the Tenderers disposal for the full duration of
the contract.
6.1.3 If the tenderer needs to change subcontractors, these new partners will have to prove
that they have at least the same competences as the subcontractors or partners they will
SMART@FIRE-PCP model Invitation to Tender
24
replace and that they comply with all the other contractual conditions, rights and
obligations that are in the Framework Agreement and specific contracts: e.g. complying
with the place of performance conditions, respecting the same IPR conditions and the
binding unit prices. If the tenderer enters into a subcontract, or change of subcontractors
or partners during the execution of the contract, the tenderer will notify promptly the
Lead Procurer. The service called for cannot be subcontracted to a third party without
prior agreement of the Lead Procurer.
6.2 Disclaimer and Withdrawal of the PCP
6.2.1 While the information contained in this ITT and the Call for Tenders documents is
believed to be correct at the time of issue, the Lead Procurer (including the Group of
Procurers) will not accept any liability for its accuracy, adequacy or completeness, nor
will any express or implied warranty be given. This exclusion extends to liability in
relation to any statement, opinion or conclusion contained in or any omission from, this
ITT and Call for Tenders documents and in respect of any other written or oral
communication transmitted (or otherwise made available) to any tenderer.
6.2.2 If a tenderer proposes to enter into a contract with the Lead Procurer, it must rely on its
own enquiries and on the terms and conditions set out in the contract(s) (as and when
finally executed), subject to the limitations and restrictions specified in it.
6.2.3 Neither the issue of this ITT, the other Call for Tender documents nor any of the
information presented in it, should be regarded as a commitment or representation on
the part of the Lead Procurer, the Group of Procurers (or any other person or entity) to
enter into a contractual arrangement.
6.2.4 The Lead Procurer and the Group of Procurers reserve the right:
not to award contract for Phases for which it has not received any offer or suitable
offer in relation to the Project;
to stop, cancel, revoke, re-issue the PCP or not to award any Work Order/Phase for
objective reasons (e.g. if prices submitted in the Tenders exceed allocated budgets
or if prices are clearly disproportionate).
6.2.5 The Group of Procurers and the Lead Procurer assume no obligation whatsoever to
compensate or indemnify the Tenders or Contractors for any expense or loss they may
incur in the preparation of their tenders/offers.
6.3 Confidentiality, publicity and information about the award
6.3.1 The principle of public access to official documents means that public documents and
records, with a few exceptions, should be made available to whoever asks for them.
6.3.2 Clause 5.5 of this Invitation to Tender and clause 32 of the Framework Agreement
describe how the obligations of the Freedom of Information Laws are handled in the
SMART@FIRE-PCP.
6.3.3 Assessors, employees and advisors of the Lead Procurer/Group of Procurers and other
persons contracted to aid in the tendering and award process will handle confidential
information confidentially in accordance to above. Assessors with a conflict of interest
SMART@FIRE-PCP model Invitation to Tender
25
with one or more of the tenders will not assess these tenders. All assessors will sign a
non-disclosure agreement and a conflict of interest form prior to assessing the tenders.
6.3.4 Information from the tenders is confidential in accordance to above. However, the Lead
Procurer will distribute and publish the following information about the tenders that are
awarded with contracts:
The name of the organisation
Their location
The title of the project
A short summary of the project
Contract value
The aforesaid award information will be sent to the contact stated in the contact details
of the Tender Form.
6.3.5 Tenderers should be aware that the IWT, IBZ and SDIS 13 reserves the right to publish,
disclose or otherwise make public the results of the PCP project (Phase 1, 2 and 3),
including –but not limited to- information of the key R&D results attained and lessons
learned. Publication or disclosure of results will only take place after consultation with
the affected Tenderers. Details will not be disclosed that would hinder application of the
law, would be contrary to the public interest, would harm legitimate business interests
of the companies involved in the PCP or could distort fair completion between the
participating companies or others on the market.
6.4 Distribution of IPR resulting from the project
6.4.1 R&D risks and benefits will be shared between Contractors and IWT, IBZ, SDIS 13 who will
be granted a license in such a way that all parties have an incentive to pursue wide
commercialization and take up of the new solutions. Therefore, ownership rights of IPRs
generated by a contractor during the PCP contract will be assigned to that Contractor,
subject to the call-back provision (see below as well as the relevant clauses in the
Framework Agreement, including clause 17 and 18).
6.4.2 Each of IWT, IBZ, SDIS 13 will be granted an irrevocable, free, worldwide, royal-free,
non-exclusive license until the expiry of the respective Intellectual Property Rights to use
the R&D results for internal use (as they in their absolute discretion seem fit). As far as
it is related to software, the above license shall also include a right to access and modify
the source code strictly for internal purposes (such as – but not limited to- maintenance).
6.4.3 A call-back provision will ensure that IPRs that are not exploited or that are used to the
detriment of the public interest, will be assigned to IWT, IBZ and SDIS 13 at no cost to
IWT, IBZ and/or SDIS 13. More information can be found in the Framework Agreement,
including clause 18.6.
6.4.4 The Contractor can be requested to offer licenses to third parties under fair and
reasonable conditions.
6.4.5 Note that if IBZ, IWT and/or SDIS 13 subsequently purchases products from a Contractor
which includes Foreground Intellectual Property, the Contractor may not charge
SMART@FIRE-PCP model Invitation to Tender
26
such entity for the license to that Foreground Intellectual Property Rights as this has
already been licensed for free to that entity.
6.4.6 For specific information about IPR rights and obligations please see the SMART@FIRE-PCP
Framework Agreement (including – but not limited to- clause 17 and 18).
6.5 Applicable law – Competent court –Remedies
6.5.1 The Invitation to Tender (IIT) and tendering procedure (and any contract subsequently
entered into with the preferred Tenderers) are governed and construed in accordance
with the Belgian laws.
6.5.2 By submitting a tender the tenderer(s) agree(s) that any legal claim, petition or
application for judicial review, whether before civil Law courts or administrative courts,
shall only be made in Belgium (Brussels Courts- Dutch speaking division).
6.5.3 For appeal and/or redress procedures, the exclusive competent jurisdiction are,
depending on the raised dispute:
1 ° the Council of State (Raad van State) for administrative decisions taken within the
Tendering Procedure and different stages.
2 ° the ordinary Courts of Brussels (Dutch speaking division) for any dispute or claim
arising out of or in connection with the execution of the contract
7 Evaluation of the tender
7.1 Exclusion criteria
7.1.1 The Tenderer and sub-contractors who does not fulfill the exclusion criteria, as provided
for in Article 20 of the Belgian Procurement Law (15 June 2006) and the Royal Decree of
11 July 2011 on the awarding public contracts will be excluded from further
consideration. Implicit solemn declaration on exclusion criteria (Circular 23/4/07
Administrative simplification (BS 27/4/07)) (use appendix 5). By taking part in this
procedure, the candidate declares that it does not fall under any of the cases of exclusion
cited in Article 61 till 66 of the Royal Decree of 11 July 2011. Submitting untrue
declarations will lead to the exclusion of the Tenderer and may result in criminal
prosecution. Prior to making the award decision, the Lead Procurer could verify the
accuracy of the solemn declaration in respect of the company or members of the
consortium. To this end, it shall ask the given tenderer, using the fastest means possible
and within the set deadline, to provide the information or documents that enable its
personal situation to be checked. A Tenderer or sub-contractor will be excluded from
participation in a contract if a review reveals that the solemn declaration does not
correspond to its personal situation on the deadline for receipt of applications for
participation. Ex post facto regularization is not possible. Such exclusion is also possible
if, during the course of the procedure, it is revealed that the personal situation of the
candidate or Contractor no longer corresponds to the solemn declaration.
7.1.2 First exclusion criterion
SMART@FIRE-PCP model Invitation to Tender
27
The Lead Procurer will exclude from participation in the contract award procedure those
economic operators that have been convicted by final judgment for one of more of the
following criminal activities (arts. 61 till 66 of the RD of 13/07/2011):
Participation in criminal activities
Corruption
Fraud
Money-laundering
7.1.3 Second exclusion criterion (article 62)
A. The Belgian candidate, who employs staff subject to the law of 27 June 1969 reviewing
the decree-law of 28 December 1944 relating to employees’ social security, must be in
order with regard to its obligations towards the National Social Security Authorities. It
shall be deemed to comply with the aforementioned obligations if at the latest on the
day prior to the deadline for receiving proposals:
1° it has submitted all returns to the National Social Security Authorities required on this
date, including those relating to the penultimate calendar quarter in relation to the
deadline for receiving proposals, and
2° it does not owe more than €3.000 in contributions in relation to these returns, unless
it has been granted payment terms for such outstanding amount which it strictly com-
plies with. However, even if the outstanding amount exceeds €3.000, the candidate shall
be considered to be in order if it establishes, prior to the decision to award the contract,
that it holds, at the latest on the day before the deadline for receiving proposals, towards
an awarding authority within the meaning of Article 2,Law on state-owned company, or
a state-owned company within the meaning of Article 2,2° of the same law, one or more
certain, due accounts receivables free from any undertakings towards a third party
amounting to at least, to the nearest €2,500, the amount of its contributions for which
payment is late.
B. A foreigner Candidate at the latest on the day before the deadline for receiving the
proposals:
1° complies with its obligations relating to paying social security contributions in
accordance with statutory provisions in the country where it is established.
2° complies with the provisions of paragraph 1, if it employs staff subject to the law of
27 June 1969 reviewing the decree-law of 28 December 1944 relating to employees’ social
security contributions.
C. At any stage of the proceedings, the Lead Procurer may obtain information, using any
means that it deems appropriate, regarding any Contractor’ status with regard to the
payment of social security contributions.
7.1.4 Third exclusion criterion
A Candidate will be excluded from participation if he:
(a) is bankrupt or is being wound up, whose affairs are being administered by the court,
he has entered into an arrangement with creditors or is in any analogous situation arising
from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for
compulsory winding-up or administration by the court or for an arrangement with
creditors or any other similar proceedings under national laws or regulations;
SMART@FIRE-PCP model Invitation to Tender
28
(c) has been convicted of an offence concerning his professional conduct by a judgment
which has the force of res judicata;
(d) has not fulfilled obligations relating to the payment of social security contributions in
accordance with the legal provisions of Belgium or the country in which he is established;
(e) has not fulfilled obligations relating to the payment of taxes in accordance with
Belgian legislation or with the legal provisions of the country where he is established;
(f) has been found guilty of grave professional misconduct proven by any means which
the contracting authorities can justify;
(g) is guilty of serious misrepresentation in supplying or failing to supply the information
required under the provisions of this tender on the criteria for qualitative selection
Personal situation of the economic operator. This will be assessed based on the exclusion
criteria (Please fill Appendix n°4 ). Responses to these questions will be assessed as PASS
/ FAIL. Only those applications achieving a PASS will be put forward for further
evaluation.
7.2 Minimum requirements
7.2.1 The Lead Procurer requires that the tenders meet certain minimum requirements as listed
below. By signing the Declaration on the Tender Form the tenderer confirms that the
services offered meet these minimum requirements. Failure to sign the Declaration will
result in the tender being excluded from further participation in the PCP.
7.2.2 This procurement is carried out under the explicit exemption for R&D services set out in
the EU directive 2004/18/EU. Tenderers are asked to observe that the object of the
procurement is restricted to cover research and development services, and not products
or other supplies, or commercial development activities. For further information about
what is considered to be exempted services, refer to the Frascati Manual, Proposed
Standard Practice for Surveys on research and Experimental Development (OECD, latest
edition 2002). All cost, be they personnel cost, material cost, cost of facilities, overhead
cost, travel cost, accommodation cost or cost of subcontracting, need to be directly
linked to the provision of R&D services and must be included in the Price for the service.
The R&D activities that have to be deployed will account for more than 50% of the value
of the overall budget.
7.2.3 It is an absolute requirement that the services offered by the tenderer are within the
scope of the above definition of R&D services. The tenderer accepts, upon request from
the Lead Procurer, to provide complete and clear information about the allocation of
monies paid by the Lead Procurer, in order to allow control of this requirement being
fulfilled, whether during the procurement period or during the contractual period. This
requirement and these obligations on the part of the tenderer apply also, where
applicable, for Phase 2 and Phase 3.
7.2.4 Tenders must not exceed the maximum price and maximum duration for the Phase they
are submitting a tender for as stated in clause 4.5.
7.2.5 Tenders must address the challenge as stated in the SMART@FIRE-PCP Challenge Brief.
SMART@FIRE-PCP model Invitation to Tender
29
7.2.6 The Lead Procurer will determine if a tender meets the minimum requirements. This can
be done both during the procurement and during the contract Phase. To assess if a tender
meets the requirement of clause 7.2.2., the cost breakdown in the tender form and the
final report are used.
7.2.7 Place of performance conditions: For each phase at least 50% of the R&D services needs
to be performed within the EU Member States, or a country that is associated to the
Seventh Framework Programme (“FP7”). Except for testing that according to the
contractual conditions needs to take place at the group of procurer’s premises, Tenderers
can perform the percentage of R&D services that is subject to the place of performance
condition at any location of the tenderer’s choice within the EU Member States or a
country that is associated to the FP7.By submitting a proposal in response to this
Invitation to Tender, the Tenderer confirms that this requirement will be fulfilled.
7.2.8 Tenderers are requested to declare other sources of public financing received in areas of
work related to the scope of the SMART@FIRE-PCP. In case Tenderers have received or
are receiving public financing that is subject to the State aid rules, offers shall be
excluded where award of a PCP contract would result in double public financing or
accumulation of different types of public financing that is not permitted by the EU State
aid rules.
7.2.9 Tender prices shall be stated in Euros, exclusive of VAT and between brackets inclusive
of VAT. If any duties, custom fees, taxes or other charges are applicable then these should
be included in the tender price.
7.2.10 It is incumbent upon the tenderer to supply all of the information requested on the
SMART@FIRE-PCP Tender Form which enables the scoring of the tender.
7.3 General assessment process
7.3.1 A flow chart of the evaluation process is set out in Appendix 9. The evaluation process is
handled in two phases: the first phase the evaluation is undertaken remotely, ie at the
evaluator’s office or home. Each offer is assigned to 5 evaluators who will independently
assess the received offers. In the second phase the evaluators are assembled in Brussels
where the marks and comments are compiled. The goal is to reach a consensus between
the evaluators.
7.3.2 The tenders will be evaluated as set forth below only if they fulfill the requirements in
the administrative instructions and only if the tenderer is not subject to any of the
exclusion criteria.
7.3.3 The assessment of tenders will be carried out in stages. In the first stage (the Tendering
Stage), the tender will be checked to assess the administrative compliance of the
delivered documents. If the requested documents were not submitted, the tender will
be excluded and will not be assessed. In the second stage the tenders will be assessed on
the evaluation criteria as foreseen in appendix 1 (technical and financial evaluation).
7.3.4 Tenders will be initially reviewed by the Evaluation Committee. Each tender will be
evaluated, individually, by 5 experts/evaluators or partnering contracting authorities
with knowledge of the fire and rescue industry, technology and/or general business
SMART@FIRE-PCP model Invitation to Tender
30
knowledge. Three experts will be representatives of IWT, IBZ and SDIS 13. At least 2
external independent experts will be appointed by the Lead Procurer.
7.3.5 The evaluators assess the tenders individually based on the evaluation criteria as detailed
in table 1. The more points a tender scores in total the higher it is ranked. The highest
ranked tenders will be contracted.
7.3.6 Based on the evaluators’ assessments, a preliminary ranking of the tenders will be made.
Large differences in assessment by the evaluators could be identified. If the reasoning
given by the evaluators requires further clarification, this is provided by the evaluators.
The preliminary ranking will subsequently be inspected and reviewed by a consensus
panel consisting of all the appointed evaluators. The consensus panel will monitor and
safeguard that the assessment of all tenders are consistent and equal, and will have the
authority to adjust or override the preliminary ranking and assessment. The consensus
panel will unanimously (unanimous decision) make the final recommendations for award.
Within a reasonable period after the final date for receipt of tenders, an award decision
will be sent to Tenderers. A Framework Agreement and Work Order for Phase 1 will be
sent shortly thereafter.
Appeals against the decisions taken in the Tendering Stage and with regard to the
selection of Tenderers in between the different phases of the Execution Stage may be
lodged with the Council of State (Raad van State)
7.3.7 The criteria and the method for evaluating the tenders in Phase 2 and 3 will be the same
as the criteria and the method used in evaluating the original tenders as set out below,
but may be elaborated or developed in further detail within those frames. The weights
per criterion differ as indicated below.
7.3.8 As soon as possible once the award decision has been made, the unsuccessful Tenderers
will be informed of the Lead Procurer’s decision. Tenderers can receive feedback on their
tender.
7.4 Assessment criteria and Scoring
7.4.1 Only tenders with the following minimum scores are eligible for consideration for a
contract:
60% of the maximum number of points for each of the categories:
o Impact (54 points from a maximum 90 available for Phase 1).
o Quality of the tender (66 points from a maximum 110 available for Phase 1).
60% of the maximum number of points for the combined Impact, Quality and Finance
scores (138 points from a maximum 230 available for Phase 1)
Failure to achieve the minimum score at any of the stages will result in the tender being
excluded from further participation in the PCP.
7.4.2 The assessment criteria, weighting and the maximum points available are listed below.
The full scoring model is found in appendix 1 at the end of this document:
SMART@FIRE-PCP model Invitation to Tender
31
7.4.3 The scoring will be made according to an absolute scale, meaning that several Tenderers
can receive the same score and that the point a particular tenderer receives is not
affected by the points other Tenderers have received.
7.4.4 Successful Tenderers will be informed about their scoring and will are, if awarded a
contract, required to finalize and submit their deliverables on time as described in the
framework agreement clause 2.
7.4.5 The criteria and evaluation method will also subsequently be used by the Lead Procurer
in selecting Contractors (among those awarded Framework Agreements) for continued
assignment for Phase 2, and, subsequently, among those, Contractors for continued
assignment for Phase 3 – all as provided for in the Framework Agreement.
7.4.6 For Phase 2 – Prototype Development the quality of the end of Phase report of Phase 1 –
Solution Exploration is assessed. For Phase 3 – First Batch Production the quality of the
end of Phase report of Phase 2 – Prototype Development is assessed. This end of Phase
report elaborates on the awarding criteria and incrementally improves the first tender
proposal for Phase 1 – Solution Exploration.
8 Awarding criteria
Criteria I. Describe the proposed idea/solution/technology and how this addresses Challenge 1: PPS central nerve system, functional modules and sources of complexity/risk. Max 12 pages A4, font Calibri 11 or equal. Images can be attached separately.
Work in 2 sections:
A. Overall overview of the proposed idea/solution/technology and system architecture B. Zoom-in on key technological aspects (the sources of complexity/risk) as listed
hereafter Note that all these elements have been discussed throughout the innovation platform sessions of which the results have been presented in the final report, available on the Smart@Fire website. W.r.t. overall system architecture:
- Describe the approach and choices made in setting up the right architecture optimally balancing trade-offs of distributed vs. central processing, local performance vs. remote responsiveness (online vs. offline), scalability/flexibility/modularity of the system, interfaces for escalation and aggregation, etc.
W.r.t. data transfer between firefighters
- Which connectivity architecture is chosen (infrastructure-based PMR, MANET, Point-to-Point,…)?
- Explain the implications of the underlying architecture on indoor penetration performance and data rate (bandwidth)? Which optimization measures are considered for further solution exploration?
- The update rate of logging the network data to the remote intervention coordinating officer should approach near real-time (~1Hz). Elaborate on optimizing the scalability
SMART@FIRE-PCP model Invitation to Tender
32
trade-off of deployed network nodes vs. update rate, preprocessing mechanisms of data, etc.
W.r.t. data connectivity on the firefighter’s body:
- Is a cabled or wireless approach envisaged? Which technology/protocol is adopted? - Which interference counteracting measures are envisaged? Explain their impact on the
interference problem. W.r.t. ICT-textile integration aspects:
- Note: preferentially, limited integration with PPE textile is envisaged, due to both technological and standardization related constraints.
- Note: some integration with the PPE is obliged, due to the nature of the procurement. - Which integrative measures are taken in the proposed solution/system (e.g. Velcro,
pockets, clips, etc.)? - If a cabled approach is selected: how are easy mounting/replacing of cables/connectors;
durability of cables/connectors and dealing with different turnout gear sizes dealt with? - If a wireless set-up is chosen: which interference measure are undertaken? How can the
system be intuitively launched, assuring correct operations via minimal amount of UI’s? - Which electromagnetic shielding measures are foreseen?
W.r.t. user restitution, visualization
- The intervention coordinating officer should be provided an intuitive UI dashboard, which is aligned with way of working. Describe the approach to safeguard this alignment.
- Which modalities are selected to provide feedback to the firefighter in the field (e.g. audio, simple UI/buttons/lights, haptic belt)?
- How will ergonomic use of the feedback system be ensured? - How will automatic modality selection be achieved?
W.r.t. localization:
- Which technological type of localization system, hybrid (GPS + inertia), hybrid (GPS + …), beacon-based,… is chosen?
- In case hybrid: how will indoor drift be limited? Please provide an indication of currently achieved performance w.r.t. indoor drift with the proposed hybrid localization system. Shortly describe the experimental set-up.
- In case a beacon-based approach is considered, how is fast deployment assured without losing accuracy? Please also provide insight in estimation of TCO for 1 firefighter brigade. Make assumptions on #interventions, #trucks, #firefighters, …
- Regarding determination of distance between firefighters of the same team, of different teams: is relay over the intervention coordinating officer considered an option? Is it determined directly between firefighters?
- How is the concept of a “MAP” integrated in the proposed solution? Are ‘track & trace’, ‘meet point’ and ‘recovery path’ instructions considered? Can Cartesian coordinated maps be integrated as overlay?
W.r.t. sensors
- Which known standard interfacing protocol and application profile are chosen to interconnect the central nerve system with peripheral wireless devices (e.g. temperature measurement, explosive gas detection)?
- Note that the goal is not to develop new sensors, but merely interface with existing cost-effective solutions.
SMART@FIRE-PCP model Invitation to Tender
33
Criteria II. Describe the impact of using the envisaged PPS prototype on the day-to-day operational processes. What are the main benefits for the fire brigade? Max 2 page A4, font Calibri 11 or equal. Images can be attached separately.
Criteria III. What is the total market potential of the proposed smart PPS system? Max 2 pages A4, font Calibri 11 or equal. Images can be attached separately.
Provide a brief description of underlying assumptions, further/wider market potential, of key technological modules, of the proposed smart PPS system as described in the tender documents.
Criteria IV. Describe the commercialization approach. Elaborate on the tenderer’s vision regarding smart PPS for Fire and Rescue applications. Max 2 pages A4, font Calibri 11 or equal. Images can be attached separately.
Estimate the time to market of the PPS prototype. Explain the underlying reasoning and major phases. Start from the internal product/system lifecycle management processes, and distill the impact on commercialization of the PPS prototype. What will be the preferred business model for the tenderer: one-off capex investment vs. lease and buy-back programs vs. …? Are there any license fees to be paid? Which options will be available w.r.t. maintenance and service contract? Please elaborate on inspections procedures, on call repair and support, training and certification programs,… What is the vision of the tenderer regarding market evolutions and how does this affect the internal fire and rescue product/system development roadmap? Please provide insight in the short-term close-to-market releases/launches and longer term development concepts.
Criteria V. Describe the standardization and testing approach.
SMART@FIRE-PCP model Invitation to Tender
34
Max 3 pages A4, font Calibri 11 or equal. Images can be attached separately.
Which process, parties involved, recommended testing, certification and conformity assessment procedures are adopted? Describe performed or planned testing on the PPS prototype, developed during Phase 2. Elaborate on measures taken, tests/experiments performed, certificates issued, etc. As such the procurers gain insight on the maturity of prototype testing, the test results and outcomes, in view of the functional field tests to be performed in Phase 3 with the first production batch.
Criteria VI. Describe the methodology applied during subsequent solution exploration and prototype development phases. How will the suggested approach reduce gradually the risk of the technological facets as referred to in question 1? Max 2 page A4, font Calibri 11 or equal. Images can be attached separately.
Criteria VII. Overall project plan: Solution Exploration (Phase 1), Prototype Development (Phase 2), First Batch Production (Phase 3) Max 2 pages A4, font Calibri 11 or equal. Images can be attached separately.
Describe the project plan and detail the key project milestones. Highlight what resources will be required to address the technical challenges and what the key success criteria would be. Provide detailed timing on solution exploration phase, describe associated timings of prototype development and first batch production phases. Focus on consultation moments with the end-users.
Criteria VIII. Who are the Tenderers? Resources. Max 4 pages A4, font Calibri 11 or equal. Images can be attached separately.
Specify the configuration (e.g. consortium) and role of each partner (e.g. system integrator). Which party will take-up the role of prime tenderer?
SMART@FIRE-PCP model Invitation to Tender
35
Describe the profile and expertise of the project manager and project team serving as main point of contact and consultation with the public procurers. Include project staffing details. Also include the expertise of any subcontractors involved in the project, if applicable. Provide proof of at least 3 relevant similar projects, where innovative systems have been developed in close collaboration with end-users of a customer. Elaborate on scope, approach, timing, total budget, project reference contact, size of the project team, adopted technologies,… In addition, focus on setting up user acceptance testing. Which criteria have been applied? Which part of the contract you intend to subcontract? Give an overview of the subcontractors you’ll work with in the execution of the Contract and explain why you need a subcontractor?
Criteria IX. Financial offer - Total Cost of ownership (TCO) cost breakdown Max 5 pages A4, font Calibri 11 or equal. Images can be attached separately.
1. Make a financial proposal for the execution of Phase I: Solution Design. Detail the total quoted amount price in all its components. The quoted amount refers to development price, including supplier margin) 2. Give an estimation of the price for the development of a prototype (Phase 2). Detail the price
in all its components. Development price include supplier margin. 3. Give an estimation of the price for the execution of the price (phase 3 First Batch of products
and testing). Development price includes supplier margin. Detail the price in all its components 4. What is the total (1-off) price cost to equip with a fully functional solution of smart PPS. Price
refers to list price, to be paid by the procurer to the supplier when purchasing the final productized solution. A fully functional solution of smart PSS for 1 team holds:
Turnout gears, for 10 firefighters
Technological components loosely attached to the turnout gear, for 10 firefighters
Equipment for 1 intervention coordinating officer
Any additional equipment: e.g. local mobile antenna’s, antenna’s fixed on the truck, data aggregation infrastructure on the truck or in the cloud, etc.
5. Provide a detailed Include in the price breakdown a detailed overview of the total maintenance cost over a lifecycle of 3 years. Cost as seen from a procurer’s perspective, to be paid to the (servicing) supplier’s. Take realistic assumptions. Explain all assumptions taken. 6. Explain how this cost model will scale of e.g. to equip 3 teams as described above; to equip 10 teams as described above. (Cost is again as seen from a procurer’s perspective). A complete answer provides the procurers insight in all 6 questions. Note: the procurer’s are aiming for qualitative solution with minimal TCO
SMART@FIRE-PCP model Invitation to Tender
36
Criteria Question Assessment Maximum Points
Phase 1 Phase 2 Phase 3
Impact Score Weight Total Score Weight Total Score Weight Total
I A. Describe the proposed idea/solution/technology and how this addresses Challenge 1: PPS central nerve system, functional modules and sources of complexity/risk.
The panel assesses how well the proposed idea/ solution/ technology addresses the PPS central nerve system needs & requirements as put forward in the tender documents
10 4 40 10 4 40 10 4 40
II Describe the impact on the day-to-day operational processes of the suggested PPS prototype. What are the main benefits?
The panel assesses to what extent the tenderer grasps the day-to-day context of the end-user.
10 1 10 10 2 20 10 2 20
III What is the total market potential of the proposed smart PPS system?
The panel assesses to what extent the tenderer envisions the potential to address future/wider challenges in the market with the proposed solution and under which assumptions.
10 2 20 10 3 30 10 3 30
IV Describe the commercialization approach. Elaborate on the tenderer’s ideas regarding business models when commercializing the PPS prototype.
The panel assesses to what extent the approach demonstrates commercial feasibility. Is there a realistic commercialisation plan / route to market? The panel assesses the validity of the proposed business model.
10 1 10 10 2 20 10 4 40
SMART@FIRE-PCP model Invitation to Tender
37
V Describe the approach for testing, certification and conformity assessment standardization/certification approach.
The panel assesses to what extent the approach demonstrates demonstrates conformity with EU law. standardization feasibility. In addition for Phase 3, the panel assesses how effectively the tenderer has already tested the developed prototype during Phase 2. The tenderer should describe measures taken, tests performed, certificates issued, etc. As such the procurers gain insight on the maturity of prototype testing, the test results and outcomes, in view of the functional field tests to be performed in Phase 3 with the first production batch.
10 1 10 10 2 20 10 6 60
Quality
I B. Zoom-in on key technical challenges of the PPS central nerve system, functional modules and sources of complexity/risk.
The panel assesses the validity of the technical approach and choices that will be adopted.
10 4 40 10 4 40 10 4 40
SMART@FIRE-PCP model Invitation to Tender
38
VI Describe the methodology applied during subsequent solution exploration and prototype development phases. How will the suggested approach reduce gradually the risk of the technological facets as referred to in question 1?
The panel assesses to what extent risk reduction principles are embedded in the proposed methodology and their effectiveness (e.g. embedded user-testing from the beginning on).
10 3 30 10 2 20 10 1 10
VII Overall project plan: Solution Exploration, Prototype Development, First Batch Production
The panel assesses to what extent the tender shows a clear plan for the development of a working solution. Is it a reasonable plan to finish the project in time?
10 1 10 10 1 10 10 1 10
VIII Who are the Tenderers? Project management, resources, staffing, expertise,…
The panel assesses how effectively the project will be managed, the quality of the proposed project team, realistic staffing, relevant expertise. The panel assesses based on own project management expertise. (PMI, Prince2 or equivalent certificates are an asset, but no prerequisite)
10 3 30 10 3 30 10 3 30
SMART@FIRE-PCP model Invitation to Tender
39
Price
IX Financial Offer (price) - Total Cost of Ownership (TCO)
For Phase 1: The price of the tender (exclusive of VAT) determines the points awarded (see scoring model, appendix 1). Max. price for an offer is 15.000€. For Phase 2 & 3, the price criterion will refer to TCO to be calculated as will described in the tender docs for Phase 2 & 3.
10 3 30 10 4 40 10 10 100
TOTAL 230 270 380
SMART@FIRE-PCP model Invitation to Tender
40
9 List of documents
The Invitation to Tender documents consists of the following documents:
1. SMART@FIRE-PCP Invitation to Tender (this document) and its appendixes:
o Scoring Model
o Request for Tender Documents
o Tender Query Form
o General Tender Submission Form
o Form A Exclusion Criteria
o Form B Financial Information
o Form C Technical Capacity
o Tender Form (Technical and Financial Offer)
o Tender Evaluation Process
2. SMART@FIRE-PCP Challenge Brief and its appendixes:
o Functional Requirements
3. SMART@FIRE-PCP Framework Agreement and its appendixes
The following documents are to be submitted by Tenderers:
Appendix 4 to 8 SMART@FIRE-PCP Tender Form
SMART@FIRE-PCP model Invitation to Tender
41
10 Appendix 1: Scoring model
Impact on Challenge
I. The extent of how well the proposed idea/ solution/ technology meets the challenge as detailed in the Challenge Brief.
Scoring Guide
1 There is no indication that the tender will meet the challenge.
2
There is very little indication that the tender is likely to meet the challenge.
4
There is little indication that the tender is likely to meet the challenge.
6
There is some indication that the tender is likely to meet the challenge.
8
There is indication that the tender will meet the challenge.
10
There is clear indication that the tender will meet the challenge.
The tenders response to this criteria is Out of Scope, give the minimum score of 1
II.
The extent of which the tenderer grasps the day-to-day context of the end-user.
Scoring Guide
1
There is no indication that the tenderer will grasp the day-to-day context of the end-user.
2
There is very little indication that the tenderer is likely to grasp the day-to-day context of the end-user.
4
There is little indication that the tenderer is likely to grasp the day-to-day context of the end-user.
6
There is some indication that the tenderer is likely to grasp the day-to-day context of the end-user.
8
There is indication that the tenderer will grasp the day-to-day context of the end-user.
10
There is clear indication that the tenderer will grasp the day-to-day context of the end-user.
The tenders response to this criteria is Out of Scope, give the minimum score of 1
III.
Potential of the tender to address future/ wider challenges in the market with the proposed solution and under which assumptions.
Scoring Guide
1
The project shows no potential to address future/ wider challenges in the area.
2
The project shows little potential to address future/ wider challenges in the area.
4
The project shows some but limited potential to address future/ wider challenges in the area.
6
The project shows potential to address future/ wider challenges in the area (including in particular novel, innovative approaches).
SMART@FIRE-PCP model Invitation to Tender
42
8
The project shows high potential to address future/ wider challenges in the area (including in particular promising new concepts, approaches, methodologies, tools or technologies).
10
The project shows very high potential to address future/ wider challenges in the area (including in particular innovative, showing use of novel concepts, approaches, methodologies, tools or technologies).
The tenders response to this criteria is Out of Scope, give the minimum score of 1
IV. The extent of which the approach demonstrate commercial feasibility, and whether it is a realistic commercialization plan / route to market
Scoring Guide
1
The tender gives no indication that the solution will be commercially feasible.
2
The tender gives little or no confidence that the solution will be commercially feasible.
4
The tender gives some indication that the solution may be commercially feasible; however there is little confidence in the approach.
6
The tender gives some indication that the solution will be commercially feasible.
8
The tender gives indication and confidence that the solution will be commercially feasible.
10
As described, the proposed outcome shows strong promise of commercial feasibility.
The tenders response to this criteria is Out of Scope, give the minimum score of 1
V. The extent of which the approach demonstrates standardization feasibility and prototype testing maturity (performed and planned tests) and feasibility for demonstrating conformity with EU law
Scoring Guide
1
There is no indication that the tender will demonstrate standardization feasibility an d prototype testing maturity (performed and planned tests) and feasibility for
demonstrating conformity to EC law. prototype testing maturity (performed and planned tests).
2
There is very little indication that the tender is likely to demonstrate standardization feasibility prototype testing maturity (performed and planned tests) and feasibility for demonstrating conformity to EC law. and prototype testing maturity (of performed and planned tests).
4
There is little indication that the tender is likely to demonstrate standardization feasibility prototype testing maturity (performed and planned tests) and feasibility for demonstrating
conformity to EC law.
6
There is some indication that the tender is likely to demonstrate standardization feasibility and prototype testing maturity (performed and planned tests) and feasibility for demonstrating conformity to EC law.
8
There is indication that the tender will demonstrate standardization feasibility prototype testing maturity (performed and planned tests) and feasibility for demonstrating conformity to EC law.
Formatted Table
Formatted Table
SMART@FIRE-PCP model Invitation to Tender
43
10
There is clear indication that the tender will demonstrate standardization feasibility and prototype testing maturity (performed and planned tests) and feasibility for demonstrating conformity to EC law.
The tenders response to this criteria is Out of Scope, give the minimum score of 1
Quality of the Tender
I B. Validity of the technical approach that will be adopted
Scoring Guide
1 There is no information given on the technical approach.
2 The technical approach is poorly described.
4 The technical approach described is unlikely to be valid for this challenge.
6 The technical approach is valid but may not be sufficient to meet the challenge.
8 The technical approach described is valid and is likely to meet the challenge.
10 The technical approach described is highly valid and shows a strong likelihood to meet the challenge.
The tenders response to this criteria is Out of Scope, give the minimum score of 1
VI The extent of which risk reduction principles (technical, commercial and other) are embedded in the proposed methodology and their effectiveness
Scoring Guide
1 The tender does not mention risks or how the tenderer intends to manage these.
2 Management of risk is ill-defined and inappropriate.
4 Management of risk is defined but is inadequate for this project.
6 Risk is clearly considered and proposed management of it is appropriate.
8 Risk is well defined and will be well managed.
10 Risks are well understood and articulated in the tender and will be managed appropriately.
The tenders response to this criteria is Out of Scope, give the minimum score of 1
VII The extent of which the tender shows a clear plan for the development of a working solution, and whether it is a reasonable to finish the project in time
Scoring Guide
SMART@FIRE-PCP model Invitation to Tender
44
1 The tender does not contain a plan or milestones for the development of a working solution.
2 The tender goes some way to describe a plan for the development of a working solution.
4 The tender contains a brief plan for the development of a working solution.
6 The tender contains a reasonably clear plan for the development of a working solution.
8 The tender contains a clear plan for the development of a working solution.
10 The tender contains a very clear plan for the development of a working solution.
The tenders response to this criteria is Out of Scope, give the minimum score of 1
VIII.
Effectiveness of the project management (quality of the proposed project team, realistic staffing, relevant expertise).
Scoring Guide
1
There is no information on the quality of the proposed project team, realistic staffing, relevant expertise.
2
The information provided on proposed project team, realistic staffing, relevant expertise raises disbelief on quality for success
4
The information provided on proposed project team, realistic staffing, relevant expertise raises some doubts on quality for success
6
The information provided on proposed project team, realistic staffing, relevant expertise indicates some quality for success
8
The information provided on proposed project team, realistic staffing, relevant expertise indicates quality for success
10
The information provided on proposed project team, realistic staffing, relevant expertise indicated significant quality for success
The tenders response to this criteria is Out of Scope, give the minimum score of 1
Price
IX Pricing - Total cost of ownership
Points awarded = ( 1 - (tender price / maximum price) )* maximum points
SMART@FIRE-PCP model Invitation to Tender
45
SMART@FIRE-PCP model Invitation to Tender
46
11 Appendix 2: Request Of the Tender Documents Form –
Registration Form
Request of the tender documents Smart@Fire
Company
Sector
Contact Person
Phone
Country
Attended the
Market
Consultations?
Yes / No
Documents for
consortium or own
company? If yes,
please list
companies.
Yes / No
www.smartatfire.eu [email protected]
Field Code Changed
SMART@FIRE-PCP model Invitation to Tender
47
12 Appendix 3: Tender Query Form
Tender Query Form
Tender queries and questions related to the tender documents are to be entered by e-mail using
this format below and sent to [email protected]. All details are to be included on this form, and
no further attachments are to be sent. One question should be asked for each row; insert
additional rows if necessary.
TENDER QUERIES SUBMISSION SHEET
Tenderer to submit sheet to: [email protected]
For SMART@FIRE PCP
Submitted by:
Reference Number Date
Query
No.
Document reference
(challenge brief – ITT
– Framework
Agreement)
Page
Number
of
document
Questions
1
2
3
SMART@FIRE-PCP model Invitation to Tender
48
12 Appendix 4: General Tender Submission Form
TENDER SUBMISSION FORM
Smart@Fire PCP Tender
1. SUBMITTED by (i.e. the identity of the Tenderer and Consortium members and Sub-contractors)
Name(s) of legal entity or entities submitting this tender
Role of the member in the Consortium
VAT -number
Contact person
e-mail Nationality9
Leading Tenderer
Consortium member 2
Consortium member 3 (etc)
Sub-Contractor 1 (etc.)
Add rows if needed
2. CONTACT PERSON for this tender (to act as focal point for all communication which may
take place between Smart@Fire and the Tenderer)
Name
Organisation
Address
Telephone
9 Country in which the legal entity is registered.
SMART@FIRE-PCP model Invitation to Tender
49
3. STATEMENT
In case of Consortium each Consortium member should sign this Statement!
I, the undersigned, being the authorised signatory of the above Tenderer (including all
consortium members, in the case of a consortium), hereby declare that we have examined and
accept without reserve or restriction the entire contents of the PCP tender documents for the
tender procedure referred to above. We undertake to guarantee the eligibility of the sub-
contractor(s) for the parts of the services for which we have stated our intention to sub-contract
in the Technical Proposal.
We are fully aware that, in the case of a consortium, the composition of the consortium cannot
be modified in the course of the tender procedure except with the prior written authorisation of
the Lead Procurer (IWT).
We are also aware that the consortium members would have joint and several liability towards
the concerning participation in both the above procedure and any contract awarded to us as a
result of it.
We hereby fully accept to submit to the exclusive jurisdiction of the courts of Belgium (Dutch
division)
Name
Leading Tenderer
Signature
Date
Stamp if available
Name
Consortium
member 1
Signature
Date
SMART@FIRE-PCP model Invitation to Tender
50
13 Appendix 5: Exclusion Criteria
In case of Consortium, each member and sub-contractors should submit this tender form!
FORM A.1 – Exclusion Criteria Mandatory Pass
A1 Has your organisation or any of its directors or any other person who has powers of
representation, decision or control of the organisation been convicted of any of the
following offences: (please see description given in the section 7)
NOTE: Responses to these questions will be assessed as PASS / FAIL. Only
those applications achieving a PASS will be put forward for further
evaluation.
NAME OF THE LEADING TENDERER/ CONSORTIUM MEMBER:
…………………………………………………………..
Reference number provided by Smart@Fire:
A1.1 Conspiracy Yes / No
A1.2 Corruption Yes / No
A1.3 Bribery Yes / No
A1.4 Fraud
(i) The offence of cheating the Revenue Yes / No
(ii) The offence of conspiracy to defraud Yes / No
(iii) Fraud or theft Yes / No
(iv) Fraudulent trading Yes / No
(v) Defrauding HM Revenue & Customs Yes / No
(vi) An offence in connection with taxation in the European
community
Yes / No
(vii) Destroying defacing or concealing of documents or procuring
the extension of a valuable security
Yes / No
(viii) Money laundering Yes / No
(ix) Any other offence Yes / No
PART A.2 –Exclusion criteria
A.2 Do any of the following apply to your organisation, or to (any of) the director(s) / partners
/consortium partners/ proprietor(s)?
SMART@FIRE-PCP model Invitation to Tender
51
* Where a ‘Yes’ response has been given to any question, clearly indicate the problem has been
resolved and that steps have been taken to prevent its recurrence or that propriety can be maintained.
I, the undersigned, being the authorised signatory of the above tenderer (for
consortiums, this must include all consortium members), hereby declare that
NOTE: Responses to these questions will be assessed as PASS / FAIL. Only those
applications achieving a PASS will be put forward for further evaluation.
A2.1 Bankruptcy, insolvency, compulsory winding up, receivership,
composition with creditors, or subject to relevant proceedings
Yes / No
A2.2 A conviction (or convictions) for a criminal offence related to business
or professional conduct
Yes / No
A2.3 Legal or administrative finding of a commission of an act of grave
misconduct in the course of business
Yes / No
A2.4 Failure to fulfil obligations related to payment of social security
contributions
Yes / No
A2.5 Failure to fulfil obligations related to the payment of taxes Yes / No
A2.6 Failure to provide information required or providing inaccurate /
misleading information when participating in a procurement exercise
Yes / No
A2.7 Failure to obtain and maintain relevant licences or membership of an
appropriate trading or professional organisation where required by law
Yes / No
A2.8 Has personal or financial connection with an elected member or senior
officer of the authority
Yes / No
A2.9 If the answer to any of these is “Yes” please give brief details below, including what has
been done to put things right.
SMART@FIRE-PCP model Invitation to Tender
52
I, or my company, am (is) not falling in one of the situations described in the
exclusion criteria or here above.
Name
Signature
Date
SMART@FIRE-PCP model Invitation to Tender
53
14 Appendix 6: Financial Information
In case of Consortium, only the Lead Tenderer should submit this form.
FORM B 1 – Financial Information
NAME OF THE COMPANY: …………………………………………………………..
Reference number provided by Smart@Fire: ………… .
B1 Are you registered for VAT?
VAT rate applicable in your country?
If so, please provide Registration
number:
B2 What are your current liabilities (including bank overdraft)? (If
you are a consortium please state aggregated value)
€
B3 What is the value of your current assets? (If you are a
consortium please state aggregated value)
€
B4 What is the value of your Stock / Inventory? (If you are a
consortium please state aggregated value)
€……… for year ended --
/--/----
B5 What is the value of your current Interest / Finance Charges?
(If you are a consortium please state aggregated value)
€
B6 What was your Operating Profit in
the last two financial years? (If you
are a consortium please state
aggregated value)
€……… for year ended --
/--/----
€……… for year ended --
/--/----
B7 What was your turnover in each of
the last two financial years? (If you
are a consortium please state
aggregated value)
€………… for year ended -
-/--/--
€……… for year ended --
/--/----
B8 What is the value of your current Reserves? (If you are a
consortium please state aggregated value)
€
B9 What is the value of your available cash / credit? (If you are a
consortium please state aggregated value)
€
B10
Please indicate if you are able to provide any of the following should they be required
A copy of your audited accounts for the most recent two years (if this
applies)
Yes / No
A statement of your turnover, profit & loss account and cash flow for
the most recent year of trading
Yes / No
SMART@FIRE-PCP model Invitation to Tender
54
A statement of your cash flow forecast for the current year and a bank
letter outlining the current cash and credit position
Yes / No
Interim accounts showing your current financial position Yes / No
Alternative means of demonstrating financial status if trading for less
than a year
Yes / No
If “No” please state the reason why not in no more than 100 words
B11 Are your accounts externally audited? Yes / No
If “No” please state the reason why in no more than 100 words.
B12 Has your organisation met the terms of its banking facilities and loan
agreements (if any) during the past year?
Yes / No
If “No” what were the reasons, and what has been done to put things right in no more
than 150 words?
B13 Has your organisation met all its obligations to pay its creditors and staff
during the past year?
Yes / No
If “No” please explain why not in no more than 100 words:
B14 If requested, would you be able to provide a banker’s reference? Yes / No
We may require a reference from your bankers as to your suitability to undertake a contract of this
size and nature.
B15
What is the name and branch of
your bankers (who could provide
a reference)?
Name:
Branch:
Contact details:
FORM B2 – Insurance
B16 Please provide details of your current insurance cover Value
Employer’s Liability (except for sole traders) €
Public Liability €
SMART@FIRE-PCP model Invitation to Tender
55
Professional Indemnity (if applicable) €
Product Liability (if applicable) €
Other €
B17
Please confirm whether you would be willing to take out the appropriate
level of insurance cover as set out in the Statement of Requirement if you
are successful in winning the contract?
Yes/No
I, the undersigned, being the authorised signatory of the above tenderer
(for consortiums, this must include all consortium members), hereby
declare that I, or my company, provide accurate financial information as
stated above. A Tenderer will be excluded from participation in a
contract if a review reveals that the provided information does not
correspond to its personal situation
Name authorised
signatory
Signature
Date
SMART@FIRE-PCP model Invitation to Tender
56
15 Appendix 7: Technical Capacity
In case of Consortium each member should submit this form!
FORM C 1 – Experience of the Company and References
NAME OF THE COMPANY: ………………………………………………………….
Reference number provided by Smart@Fire: ……………….
C1 What are the main business activities of your organisation? (max 100 words)
C2 Please provide brief details of your company’s previous experience in delivering the type of
services required under this contract.
C3 Please provide an overview of the range of services that the company supports that
demonstrate your ability to deliver the contract requirements.
C4 Please detail your company and management structure.
C5 How many staff does your organisation employ (including consortia members or sub-
contractors where appropriate) in total and how many work in areas relevant to delivery of
this contract?
C6 Please provide details of up to three contracts with either the public or private sector that
your organisation has held in the last three years that are relevant to the contracting
authority’s requirement. Please ensure the email address or contact details are provided,
as references could be requested electronically
Contract 1
Customer Organisation
(name):
Website (if available):
Customer contact name,
phone number and email
Date contract awarded:
SMART@FIRE-PCP model Invitation to Tender
57
Date contract completed:
Brief description of contract
(max 100 words)
Value:
If you cannot provide at least one reference, please briefly explain why (100 words max)
FORM C2 – Contract Performance
C7 In the last three years, have you had any contracts:
Terminated for poor performance? Yes / No
That has incurred contract penalties, default notices or payment of
liquidated damages?
Yes / No
Terminated by the client earlier than the originally intended date? Yes / No
That you have withdrawn from after award, either before or after the
commencement of the contract?
Yes / No
If “Yes” please explain in no more than 150 words why.
FORM C3 – Business Continuity / Risk Management / Disaster Recovery
C8 Does your organisation have a Business Continuity / Disaster Recovery / Risk
Management plan that ensures that the described services are delivered in
the event of a disruption affecting your business and ensures continuity of
supply / service from your critical suppliers?
Yes / No
If “Yes” please describe its main aims and characteristics in no more than 250 words
If “No” please give reasons in no more than 100 words
C9 Have there been any occasions when your business operation has been
disrupted within the last 3 years?
Yes / No
If “Yes” what were the circumstances, what was the effect on your customers and how did
you overcome it in no more than 250 words?
SMART@FIRE-PCP model Invitation to Tender
58
I, the undersigned, being the authorised signatory of the above Tenderer
(for consortiums, this must include all consortium members), hereby
declare that I, or my company, provide accurate information. A
Tenderer will be excluded from participation in a contract if a review
reveals that the provided information does not correspond to its personal
situation
Name authorised
signatory
Signature
Date
SMART@FIRE-PCP model Invitation to Tender
59
16 Appendix 8: Tender Form (Technical and
Financial offer) Max total amount of pages 35 (Tenderers should print on A4 max. 35 pages).
If the Tender exceeds the page limit then all words and / or pages in excess of the
specified limit will not be considered further.
For consortiums, this Tender Form should be signed by each of the consortium
members!
Submitted
by:
Reference Number Date
Criteria I. Describe the proposed idea/solution/technology and how this addresses Challenge 1: PPS central nerve system, functional modules and sources of complexity/risk. Max 12 pages A4, font Calibri 11 or equal. Images can be attached separately.
Work in 2 sections:
A. Overall overview of the proposed idea/solution/technology and system architecture B. Zoom-in on key technological aspects (the sources of complexity/risk) as listed hereafter
Note that all these elements have been discussed throughout the innovation platform sessions of which the results have been presented in the final report, available on the Smart@Fire website. W.r.t. overall system architecture:
- Describe the approach and choices made in setting up the right architecture optimally balancing trade-offs of distributed vs. central processing, local performance vs. remote responsiveness (online vs. offline), scalability/flexibility/modularity of the system, interfaces for escalation and aggregation, etc.
- Describe why the proposed solution goes beyond the state-of-the-art. W.r.t. data transfer between firefighters
- Which connectivity architecture is chosen (infrastructure-based PMR, MANET, Point-to-Point,…)?
- Explain the implications of the underlying architecture on indoor penetration performance and data rate (bandwidth)? Which optimization measures are considered for further solution exploration?
Formatted: List Paragraph, Add space between
paragraphs of the same style, Bulleted + Level: 1 +
Aligned at: 0,63 cm + Indent at: 1,27 cm
Formatted: Font: (Default) Calibri, 11 pt
SMART@FIRE-PCP model Invitation to Tender
60
- The update rate of logging the network data to the remote intervention coordinating officer should approach near real-time (~1Hz). Elaborate on optimizing the scalability trade-off of deployed network nodes vs. update rate, preprocessing mechanisms of data, etc.
W.r.t. data connectivity on the firefighter’s body:
- Is a cabled or wireless approach envisaged? Which technology/protocol is adopted?
- Which interference counteracting measures are envisaged? Explain their impact on the interference problem. W.r.t. ICT-textile integration aspects:
- Note: preferentially, limited integration with PPE textile is envisaged, due to both technological and standardization related constraints.
- Note: some integration with the PPE is obliged, due to the nature of the procurement.
- Which integrative measures are taken in the proposed solution/system (e.g. Velcro, pockets, clips, etc.)?
- If a cabled approach is selected: how are easy mounting/replacing of cables/connectors; durability of cables/connectors and dealing with different turnout gear sizes dealt with?
- If a wireless set-up is chosen: which interference measure are undertaken? How can the system be intuitively launched, assuring correct operations via minimal amount of UI’s?
- Which electromagnetic shielding measures are foreseen?
SMART@FIRE-PCP model Invitation to Tender
61
W.r.t. user restitution, visualization
- The intervention coordinating officer should be provided an intuitive UI dashboard, which is aligned with way of working. Describe the approach to safeguard this alignment.
- Which modalities are selected to provide feedback to the firefighter in the field (e.g. audio, simple UI/buttons/lights, haptic belt)?
- How will ergonomic use of the feedback system be ensured?
- How will automatic modality selection be achieved? W.r.t. localization:
- Which technological type of localization system, hybrid (GPS + inertia), hybrid (GPS + …), beacon-based,… is chosen?
- In case hybrid: how will indoor drift be limited? Please provide an indication of currently achieved performance w.r.t. indoor drift with the proposed hybrid localization system. Shortly describe the experimental set-up.
SMART@FIRE-PCP model Invitation to Tender
62
- In case a beacon-based approach is considered, how is fast deployment assured without losing accuracy? Please also provide insight in estimation of TCO for 1 firefighter brigade. Make assumptions on #interventions, #trucks, #firefighters, …
- Regarding determination of distance between firefighters of the same team, of different teams: is relay over the intervention coordinating officer considered an option? Is it determined directly between firefighters?
- How is the concept of a “MAP” integrated in the proposed solution? Are ‘track & trace’, ‘meet point’ and ‘recovery path’ instructions considered? Can Cartesian coordinated maps be integrated as overlay?
W.r.t. sensors
- Which known standard interfacing protocol and application profile are chosen to interconnect the central nerve system with peripheral wireless devices (e.g. temperature measurement, explosive gas detection)?
- Note that the goal is not to develop new sensors, but merely interface with existing cost-effective solutions.
Criteria II. Describe the impact of using the envisaged PPS prototype on the day-to-day operational processes. What are the main benefits for the fire brigade? Max 2 page A4, font Calibri 11 or equal. Images can be attached separately.
SMART@FIRE-PCP model Invitation to Tender
63
Criteria III. What is the total market potential of the proposed smart PPS system? Max 2 pages A4, font Calibri 11 or equal. Images can be attached separately.
Provide a brief description of underlying assumptions, further/wider market potential, of key technological modules, of the proposed smart PPS system as described in the tender documents.
SMART@FIRE-PCP model Invitation to Tender
64
Criteria IV. Describe the commercialization approach. Elaborate on the tenderer’s vision regarding smart PPS for Fire and Rescue applications. Max 2 pages A4, font Calibri 11 or equal. Images can be attached separately.
Estimate the time to market of the PPS prototype. Explain the underlying reasoning and major phases. Start from the internal product/system lifecycle management processes, and distill the impact on commercialization of the PPS prototype. What will be the preferred business model for the tenderer: one-off capex investment vs. lease and buy-back programs vs. …? Are there any license fees to be paid? Which options will be available w.r.t. maintenance and service contract? Please elaborate on inspections procedures, on call repair and support, training and certification programs,… What is the vision of the tenderer regarding market evolutions and how does this affect the internal fire and rescue product/system development roadmap? Please provide insight in the short-term close-to-market releases/launches and longer term development concepts.
SMART@FIRE-PCP model Invitation to Tender
65
Criteria V. Describe the standardization and testing approach. Describe the approach towards testing, certification and conformity assessment with EU law Max 3 pages A4, font Calibri 11 or equal. Images can be attached separately.
Which process, parties involved, recommended certification procedures are adopted? Describe performed or planned testing on the PPS prototype, developed during Phase 2. Elaborate on measures taken, tests/experiments performed, certificates issued, etc. As such the procurers gain insight on the maturity of prototype testing, the test results and outcomes, in view of the functional field tests to be performed in Phase 3 with the first production batch.
Criteria VI. Describe the methodology applied during subsequent solution exploration and prototype development phases. How will the suggested approach reduce gradually the risk of the technological facets as referred to in question 1? Max 2 page A4, font Calibri 11 or equal. Images can be attached separately.
SMART@FIRE-PCP model Invitation to Tender
66
Criteria VII. Overall project plan: Solution Exploration (Phase 1), Prototype Development (Phase 2), First Batch Production (Phase 3) Max 2 pages A4, font Calibri 11 or equal. Images can be attached separately.
Describe the project plan and detail the key project milestones. Highlight what resources will be required to address the technical challenges and what the key success criteria would be. Provide detailed timing on solution exploration phase, describe associated timings of prototype development and first batch production phases. Focus on consultation moments with the end-users.
Criteria VIII. Who are the Tenderers? Resources. Max 4 pages A4, font Calibri 11 or equal. Images can be attached separately.
Specify the configuration (e.g. consortium) and role of each partner (e.g. system integrator). Which party will take-up the role of prime tenderer?
SMART@FIRE-PCP model Invitation to Tender
67
Describe the profile and expertise of the project manager and project team serving as main point of contact and consultation with the public procurers. Include project staffing details. Also include the expertise of any subcontractors involved in the project, if applicable. Provide proof of at least 3 relevant similar projects, where innovative systems have been developed in close collaboration with end-users of a customer. Elaborate on scope, approach, timing, total budget, project reference contact, size of the project team, adopted technologies,… In addition, focus on setting up user acceptance testing. Which criteria have been applied? Which part of the contract you intend to subcontract? Give an overview of the subcontractors you’ll work with in the execution of the Contract and explain why you need a subcontractor? Provide a complete and accurate list of all Background Intellectual Property the Contractor (see art. 17.2 framework agreement)
SMART@FIRE-PCP model Invitation to Tender
68
Criteria IX. Financial offer - Total Cost of ownership (TCO) cost breakdown Max 5 pages A4, font Calibri 11 or equal. Images can be attached separately.
1./ Make a financial proposal for the execution of Phase I: Solution Design. (Read carefully ‘Invitation to tender’ 5.3.2 (B2)).
Give the Total Actual Price for Phase I (in numbers and letters) (with and without VAT) (maximum is 15.000 €)
Give the Total Virtual Price for Phase I (in numbers and letters) (with a and without VAT) Give a breakdown into cost categories and unit prices for each cost category (such unit prices will also be binding for later Phases) of the Actual Price for Phase I: Make a financial proposal for the execution of Phase I: Solution Design. Detail the total quoted amount in all its components. (The quoted amount refers to development price, including supplier margin).
CATEGORY UNIT
PRICE
(numbers and letter)
QUANTITY TOTAL PRICE (€)
Labour price:
1/ Junior researcher
2/ Senior researcher
3/ Developers
4/ ……
5/ ……
Materials
Capital equipment
Subcontract
Travel and
accommodation
Other (specify)
TOTAL PRICE (EXCL.
VAT)
Total PRICE (INCL.
VAT) (give VAT rate)
2. Give an estimation of the financial offer price for the development of a prototype and testing in the vendor’s site
(Phase 2). Detail the price in all its components. . Development price includes supplier margin Give a breakdown into cost categories and unit prices for each cost category (Thesuch unit prices are the same as for Phase I , eventual adjustment with inflation rate ) of the Actual Price for Phase II:
3. Give an estimation of the price for the execution of phase 3price (phase 3 First Batch of products and testing). Detail the price in all its components ). Development price includes supplier margin
SMART@FIRE-PCP model Invitation to Tender
69
I, the undersigned, being the authorised signatory of the above
Tenderer (for consortiums, this Tender Form should be signed by each
of the consortium members), hereby declare that I, or my company,
provide accurate information.
Name authorised signatory
Name of the Company
Signature
Give a breakdown into cost categories and unit prices for each cost category (such unit prices are the same as for Phase I , eventual adjustment with inflation ) of the Actual Price for Phase III:
4. What is the total (1-off) price to equip with a fully functional solution of smart PPS. Price refers to list price, to be paid by the procurer to the supplier when purchasing the final productized solution. A fully functional solution of smart PSS for 1 team holds:
Turnout gears, for 10 firefighters
Technological components loosely attached to the turnout gear, for 10 firefighters
Equipment for 1 intervention coordinating officer
Any additional equipment: e.g. local mobile antenna’s, antenna’s fixed on the truck, data aggregation infrastructure on the truck or in the cloud, etc.
5. Provide a detailed breakdown overview of the total maintenance cost over a lifecycle of 3 years. Cost as seen from a
procurer’s perspective, to be paid to the (servicing) supplier’s. Take realistic assumptions. Explain all assumptions taken.
6. Explain how this cost model will scale of e.g. to equip 3 teams as described above; to equip 10 teams as described above.. (Cost is again as seen from a procurer’s perspective) A complete answer provides the procurers insight in all 6 questions. Note: the procurer’s are aiming for qualitative solution with minimal TCO
SMART@FIRE-PCP model Invitation to Tender
70
Date
SMART@FIRE-PCP model Invitation to Tender
71
17 Appendix 9: Evaluation Process
Receipt of bids &
check for compliance
Experts score Impact
& Quality statements
& Price
Consensus panel
checks consistency of
evaluation process &
makes award
recommendations
CA confirms contract
awards