Business Continuity Services for Surrey Fire and Rescue
Surrey Fire and Rescue currently has a provision for contingency crewing to meet the service requirement under the fire and rescue and civil contingencies acts, for the provision of service during industrial action or due to degradation of capability.
United Kingdom-Kingston upon Thames: Fire-brigade and rescue services
2015/S 096-174250
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Surrey County Council
County Hall, Penrhyn Road
For the attention of: Rob Dean
KT1 2DN Kingston upon Thames
UNITED KINGDOM
Telephone: +44 2085419000
E-mail: rob.dean@surreycc.gov.uk
Internet address(es):
General address of the contracting authority: https://www.surreycc.gov.uk
Address of the buyer profile: https://www.sesharedservices.org.uk/esourcing
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Other
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Surrey and the South East.
NUTS code UKJ
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The current contract was a pilot scheme which was run as proof of concept. The pilot has been successful so now a tender is required for a modified version to incorporate Innovation, Income generation, Partnership Working, Value for Money and the expansion of the provision.
II.1.6)Common procurement vocabulary (CPV)
75250000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 000 000 and 4 000 000 GBP
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Business Continuity
1)Short description
To provide staff, vehicles and equipment for Specialist Rescue Requirement which is designed — to rescue people and animals from situations requiring specialist skills and techniques because the circumstances are more complex or unusual.
2)Common procurement vocabulary (CPV)
75250000
3)Quantity or scope
SFRS currently have the ability to provide competent specialist rescue capabilities to a degree of all the services below but could require additional support depending on the complexity or nature of the incident. There is existing support mechanisms currently available via the National Coordination Centre (NCC) with national assets or through mutual assistance schemes (section 13 /16 Civil Contingency Act 2004.
For example but not limited to:
— Service A — Technical Height Rescue using ropes and line rescue;
— Service B — Rescue from water (dive team, body recovery, swift water and using power boats);
— Service C — Rescue of animals from water, ditches, unsafe areas or vehicles;
— Service D — Rescue from a confined space.
Lot No: 2Lot title: Resilience
1)Short description
2)Common procurement vocabulary (CPV)
75250000
3)Quantity or scope
Provision of Crew to be able to provide services under the Fire and Rescue Services Act 2004 under the management of a SFRS Supervisory Officer (OIC).
Lot No: 3Lot title: Specialist Rescue
1)Short description
2)Common procurement vocabulary (CPV)
75250000
3)Quantity or scope
SFRS currently have the ability to provide competent specialist rescue capabilities to a degree of all the services below but could require additional support depending on the complexity or nature of the incident. There is existing support mechanisms currently available via the National Coordination Centre (NCC) with national assets or through mutual assistance schemes (section 13 /16 Civil Contingency Act 2004).
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Please see tender documents for full details and requirements.
Minimum level(s) of standards possibly required:
Please see tender documents for full details and requirements.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Surrey County Council
County Hall, Penrhyn Road
KT1 2DN Kingston-upon-Thames
UNITED KINGDOM
E-mail: myhelpdeskfinance@surreycc.gov.uk
Telephone: +44 2085419000
Internet address: www.surreycc.gov.uk
VI.5)Date of dispatch of this notice: