Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-002512/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Fire and Rescue Service
Postal address: Headquarters, Westburn Drive
Town: Cambuslang
Postal code: G72 7NA
Country: United Kingdom
Contact Person: Ashley Gould
Telephone: +44 1416464637
Email: ashley.gould@firescotland.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.publiccontractsscotland.gov.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Plant and Lift Truck Trainer and Operator Training and High Lift Appliance Boom trainer, Operator, and Assessors Training
Reference number: T3C-071-2122
II.1.2) Main CPV code: 80510000
II.1.3) Type of contract: Services
II.1.4) Short Description: Plant and Lift Truck Trainer and Operator Training and High Lift Appliance Boom trainer, Operator, and Assessors Training
II.1.5) Estimated total value:
Value excluding VAT: 175000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
79632000, 79633000, 80000000, 80500000, 80511000, 80530000, 80531000, 80531100, 80531200
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Throughout Scotland
II.2.4) Description of the procurement:
1.1 The Service has an ongoing and long-term requirement to provide training and certification to Instructors who will be required to deliver operator training on:
a) Multi-Lift System (MSL) and HIAB Hooklifts
b) Rider Operated Lift Trucks including but not being limited to Moffett Mounty and other
c) Aerial/High-Reach Appliances/Mobile Elevated Working Platforms
to personnel throughout the Service, with training which meets National Resilience Standards for UK Fire Services.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 175000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: The Contracting Authority may add further courses or types of training to the framework relevant to the specification as set out within the procurement documents
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:Tenderers must provide evidence including evidence of qualification and/or registration with relevant regulatory bodies of their suitability to carry out services as described in the specification
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-02-27 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-02-27 Local time: 12:00 Place:Inverness
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:January 2026
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
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.
(SC Ref:720355)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court and Justice of the Peace Court
Town: Glasgow
Postal code: G5 9TW
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Scottish Fire and Rescue Service (the Service) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Service will incorporate a minimum 10 calendar day standstill at the point information on the contract award is communicated to tenderers. The Service is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Service, they suffer or risk suffering loss or damage. The bringing of court proceedings during the standstill period means that the Contracting Authority must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations.
VI.5) Date of dispatch of this notice:2023-01-27