Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Royal Berkshire Fire Authority
Newsham Court. Pincents Kiln, Reading, Berkshire, RG31 7SD
Reading
UK
Contact person: Paula Burton
E-mail: burtonp@rbfrs.co.uk
NUTS: UKJ1
Internet address(es)
Main address: www.rbfrs.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://sell2.in-tend.co.uk/blpd/home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://sell2.in-tend.co.uk/blpd/home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Contingency Fire Crew Service
Reference number: 1471
II.1.2) Main CPV code
75250000
II.1.3) Type of contract
Services
II.1.4) Short description
The Thames Valley Collaborative Partners consists of Royal Berkshire Fire Authority, Buckinghamshire and Milton Keynes Fire Authority and Oxfordshire County Council (Authorities). The Authorities are seeking a single Service Provider to put in place and manage a contingency fire crew service. The Fire Fighters deployed to deliver the service must be suitably trained and meet the requirements of Section 15(1) of the Fire and Rescue Act 2004. It is intended that all three Authorities will be party to contract however this will be confirmed at the time of contract award. The services will be required to increase the resilience with the support of a commercial operator who can offer the necessary capacity, knowledge and skills to either work alongside the on duty crews or on their own if required. • Offensive and defensive firefighting across the relevant counties covered by the Authorities • Rescuing personnel from Road Traffic Collisions and other incidents • Supporting ot
II.1.5) Estimated total value
Value excluding VAT:
2 200 000.00
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
79430000
79600000
79620000
II.2.3) Place of performance
NUTS code:
UKJ1
Main site or place of performance:
II.2.4) Description of the procurement
The Thames Valley Collaborative Partners consists of Royal Berkshire Fire Authority, Buckinghamshire and Milton Keynes Fire Authority and Oxfordshire County Council (Authorities). The Authorities are seeking a single Service Provider to put in place and manage a contingency fire crew service. The Fire Fighters deployed to deliver the service must be suitably trained and meet the requirements of Section 15(1) of the Fire and Rescue Act 2004. It is intended that all three Authorities will be party to contract however this will be confirmed at the time of contract award. The services will be required to increase the resilience with the support of a commercial operator who can offer the necessary capacity, knowledge and skills to either work alongside the on duty crews or on their own if required. • Offensive and defensive firefighting across the relevant counties covered by the Authorities • Rescuing personnel from Road Traffic Collisions and other incidents • Supporting other emergency services (Partners) at incidents Range £820k to £2.2 million
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
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
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
27/11/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
27/05/2025
IV.2.7) Conditions for opening of tenders
Date:
27/11/2024
Local time: 12:00
Place:
Contracting Authorities Head Quarters
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice, High Court of England and Wales
Rolls Building, 7 Rolls Building, Fetter Lane,
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting Authority will be observing a 10 day standstill period following award of contract and conduct itself in respect of any appeals in accordance with Public Contract Regulations 2015 (as amended).
VI.5) Date of dispatch of this notice
28/10/2024