Section one: Contracting authority
one.1) Name and addresses
Royal Berkshire Fire Authority
Newsham Court. Pincents Kiln, Reading, Berkshire, RG31 7SD
Reading
Contact
Paula Burton
Country
United Kingdom
NUTS code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Internet address(es)
Main address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://sell2.in-tend.co.uk/blpd/home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Contingency Fire Crew Service
Reference number
1471
two.1.2) Main CPV code
- 75250000 - Fire-brigade and rescue services
two.1.3) Type of contract
Services
two.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
two.1.5) Estimated total value
Value excluding VAT: £2,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75250000 - Fire-brigade and rescue services
- 79430000 - Crisis management services
- 79600000 - Recruitment services
- 79620000 - Supply services of personnel including temporary staff
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.1.8) 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 November 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 27 May 2025
four.2.7) Conditions for opening of tenders
Date
27 November 2024
Local time
12:00pm
Place
Contracting Authorities Head Quarters
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice, High Court of England and Wales
Rolls Building, 7 Rolls Building, Fetter Lane,
London
Country
United Kingdom
six.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).