Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Mid and West Wales Fire and Rescue Service
Headquarters, Lime Grove Avenue
Carmarthen
SA31 1SP
UK
Telephone: +44 3706060699
E-mail: dh.williams@mawwfire.gov.uk
Fax: +44 1267220562
NUTS: UKL
Internet address(es)
Main address: http://www.mawwfire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0484
I.1) Name and addresses
South Wales Fire and Rescue Service
South Wales Fire and Rescue Service Headquarters, Forest View Business Park, Llantrisant
Llantrisant
CF72 8LX
UK
Telephone: +44 1443232082
E-mail: m-deasy@southwales-fire.gov.uk
Fax: +44 1443232180
NUTS: UKL
Internet address(es)
Main address: www.southwales-fire.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360
I.1) Name and addresses
North Wales Fire and Rescue Service
Fire and Rescue Service Headquarters, Ffordd Salesbury, St. Asaph Business Park
St. Asaph
LL17 0JJ
UK
Telephone: +44 1745535268
E-mail: dh.williams@mawwfire.gov.uk
NUTS: UKL
Internet address(es)
Main address: https://www.northwalesfire.gov.wales/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0516
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
I.4) Type of the contracting authority
Other: Emergency Services
I.5) Main activity
Other: Emergency Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fire Scene Investigation Training
Reference number: MWEU32
II.1.2) Main CPV code
80500000
II.1.3) Type of contract
Services
II.1.4) Short description
Mid and West Wales Fire and Rescue Service on behalf of ourselves, South Wales Fire and Rescue Service and North Wales Fire and Rescue Service are looking to set up a framework for Fire Scene Investigation Training and are seeking tenders from suppliers who can deliver this training.
The successful bidder will provide Fire Scene Investigation Training to enable staff from the three Welsh Fire and Rescue Services to be considered as Tier / Level 2 Fire Scene Investigators in line with the NFCC Competency Framework and to competently conduct investigations commensurate with this role.
The framework will be for an initial period of 2 years, with an option to extend for a further 24 months.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
75250000
75251000
79632000
79720000
80300000
80510000
80511000
80520000
80531200
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Mid and West Wales Fire and Rescue Service on behalf of ourselves, South Wales Fire and Rescue Service and North Wales Fire and Rescue Service are looking to set up a framework for Fire Scene Investigation Training and are seeking tenders from suppliers who can deliver this training.
The successful bidder will provide Fire Scene Investigation Training to enable staff from the three Welsh Fire and Rescue Services to be considered as Tier / Level 2 Fire Scene Investigators in line with the NFCC Competency Framework and to competently conduct investigations commensurate with this role.
The framework will be for an initial period of 2 years, with an option to extend for a further 24 months.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
option to extend for a further 24 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/11/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/11/2022
Local time: 12:00
Place:
Procurement Office
Information about authorised persons and opening procedure:
Members of the Procurement Department
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
October 2026
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=125513.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(WA Ref:125513)
Download the copy of the online SPD document here (to be completed online through postbox submission): https://www.sell2wales.gov.wales/ESPD/ESPD_Download.aspx?id=125513
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
17/10/2022