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
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
Telephone
+44 3706060699
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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