Section one: Contracting authority
one.1) Name and addresses
Mid and West Wales Fire and Rescue Service
Headquarters, Lime Grove Avenue
Carmarthen
SA31 1SP
Telephone
+44 3706060699
Fax
+44 1267220562
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
South Wales Fire and Rescue Service
South Wales Fire and Rescue Service Headquarters, Forest View Business Park, Llantrisant
Llantrisant
CF72 8LX
m-deasy@southwales-fire.gov.uk
Telephone
+44 1443232082
Fax
+44 1443232180
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=AA0360
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
Telephone
+44 1745535268
Fax
+44 1443232180
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
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Emergency Services
one.5) Main activity
Other activity
Emergency Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fire Scene Investigation Training
Reference number
MWEU32
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75250000 - Fire-brigade and rescue services
- 75251000 - Fire-brigade services
- 79632000 - Personnel-training services
- 79720000 - Investigation services
- 80300000 - Higher education services
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80520000 - Training facilities
- 80531200 - Technical training services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.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.
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
24
This contract is subject to renewal
Yes
Description of renewals
option to extend for a further 24 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
three.2) Conditions related to the contract
three.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 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
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
16 November 2022
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
16 November 2022
Local time
12:00pm
Place
Procurement Office
Information about authorised persons and opening procedure
Members of the Procurement Department
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2026
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=125513.
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:125513)
Download the ESPD document here: [[https://www.sell2wales.gov.wales/ESPD/ESPD_Download.aspx?id=125513]]
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