Tender

Contingency Fire Crew Service

  • Royal Berkshire Fire Authority

F02: Contract notice

Notice identifier: 2024/S 000-034929

Procurement identifier (OCID): ocds-h6vhtk-04b207

Published 28 October 2024, 7:22pm



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

Email

burtonp@rbfrs.co.uk

Country

United Kingdom

NUTS code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Internet address(es)

Main address

www.rbfrs.co.uk

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).