Tender

Hazmat and RPS Initial Courses and Requalification

  • South Wales Fire and Rescue Service
  • Mid and West Wales Fire and Rescue Authority
  • North Wales Fire and Rescue Service

F02: Contract notice

Notice identifier: 2025/S 000-002645

Procurement identifier (OCID): ocds-h6vhtk-04d650

Published 27 January 2025, 8:53am



Section one: Contracting authority

one.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

Contact

Michelle Thomas

Email

m1-thomas@southwales-fire.gov.uk

Telephone

+44 1443232082

Fax

+44 1443232180

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.southwales-fire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0360

one.1) Name and addresses

Mid and West Wales Fire and Rescue Authority

Fire Service Headquarters, Lime Grove Avenue

Carmarthen

SA31 1SP

Email

h.rees@mawwfire.gov.uk

Telephone

+44 3706060699

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.mawwfire.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0484

one.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

Email

jack.millward@northwalesfire.gov.wales

Telephone

+44 1745535268

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.northwalesfire.gov.wales/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0516

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.sell2wales.gov.wales

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Hazmat and RPS Initial Courses and Requalification

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

In collaboration with Mid and West Wales Fire & Rescue Service (MAWWFRS) and North Wales Fire & Rescue Service (NWFRS), South Wales Fire & Rescue Service (SWFRS) are looking for a supplier to provide initial courses, re-qualification courses and scenario-based maintenance of skills days to our HAZMAT and Radiation Protection Supervisor (RPS) officers. Delegates from other UK Fire and Rescue Services may also attend the courses as and when required.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

There are 4 courses that the successful supplier will need to be able to deliver as part of this contract. The courses are as follows:

Initial HAZMAT & RPS Combined Course

HAZMAT & RPS Combined Requalification Course

Initial RPS Course

HMA Scenario training day

There are currently 64 HAZMAT officers between the 3 Services, all of which will require a HAZMAT/RPS requalification course in the 2025/26 financial year and every year thereafter.

New officers will require a HAZMAT/RPS initial course and these will be booked as and when required.

There are also some delegates that have already attended a HMA initial course without the RPS qualification. These delegates will need to attend a RPS initial course. The supplier must be able to deliver RPS initial courses to these individuals.

The HMA scenario training day would consist of delivery of scenario based maintenance of skills sessions delivered to existing HMAs as part of their continuous CPD in addition to their annual recertification course.

Please see Appendix B – Course Requirements for further detail on our requirements for each course.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

A contract will be put in place for an initial period of 3 years with an option to extend for a further 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 February 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.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)

four.2.7) Conditions for opening of tenders

Date

27 February 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Jan 28 (if extension is not taken)

Jan 29 (if extension is taken)

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=147630.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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:147630)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom