Provision of Fully Managed Emergency Fire Crew Capability Services
The contracting authority requires a contractor to provide high quality and suitably competent Emergency Fire Crew Capability services. The services will be required at the discretion of the contracting authority and to cover business continuity events.
UK-London: Supply services of personnel including temporary staff
2013/S 124-213160
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Fire and Emergency Planning Authority
Contracts, 169 Union Street
For the attention of: Gillian Maxwell
SE1 0LL London
UNITED KINGDOM
Telephone: +44 2085551200
E-mail: gillian.maxwell@london-fire.gov.uk
Internet address(es):
General address of the contracting authority: www.london-fire.gov.uk
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
Other: Fire and Emergency Planning
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Fully Managed Emergency Fire Crew Capability Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The contracting authority requires a contractor to provide high quality and suitably competent Emergency Fire Crew Capability services. The services will be required at the discretion of the contracting authority and to cover business continuity events. The services will include the deployment and operation of up to 27 of the authority’s emergency fire vehicles at any one time for the provision of defensive and offensive firefighting and rescue services in and around the Greater London area. The contracting authority will make the required vehicles and associated equipment available to the contractor for their use in delivering the required services. The contracting authority will require the contractor to provide suitable personal protective equipment (PPE) for their employees. It will be the responsibility of the contractor to ensure that they have the relevant expertise and capability to deliver the services and to ensure that the PPE provided is appropriate to the nature of the services. In the delivery of the services the contractor must ensure that they comply with all relevant regulations and legislation including health and safety legislation. For the avoidance of doubt the contractor will not be able to use any of the contracting authority’s existing staff to provide the services.
II.1.6)Common procurement vocabulary (CPV)
79620000, 80510000, 80511000, 75250000, 75251000, 75251100, 75251110
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 72 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond or guarantee including a parent company guarantee if the contractor is part of a group may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made in accordance with the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 7
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
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
26.7.2013 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
26.8.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The services advertised in this notice fall amongst those listed in Annex IIB to Directive 2004/18/EC and the full obligations set out in that directive therefore do not apply. Tenderers should not assume that the timescales and other detailed provisions set out in the directive will be followed. The contracting authority will conduct an open and transparent competitive tendering procedure broadly following the process which would apply to the restricted procedure. The contracting authority reserves the right at any time to cease the tendering process and not award a contract. The contracting authority at its absolute discretion, may wish to extend the contract for a further period or periods of up to an aggregate of 36 months. In order to express your interest in this opportunity please register and log on to www.bluelight.gov.uk and you will be given access in order to express your interest. All queries should be raised within the E-tendering portal and will be answered through the same system.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales, Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:26.6.2013