Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-025980/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: Mid and West Wales Fire and Rescue Service
Postal address: Headquarters, Lime Grove Avenue
Town: Carmarthen
Postal code: SA31 1SP
Country: United Kingdom
Telephone: +44 3706060699
Email: dh.williams@mawwfire.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: South Wales Fire and Rescue Service
Postal address: South Wales Fire and Rescue Service Headquarters, Forest View Business Park, Llantrisant
Town: Llantrisant
Postal code: CF72 8LX
Country: United Kingdom
Telephone: +44 1443232082
Email: m-deasy@southwales-fire.gov.uk
Fax: +44 1443232180
Internet address(es):
Main address: www.southwales-fire.gov.uk
Address of the buyer profile:
Official name: North Wales Fire and Rescue Service
Postal address: Fire and Rescue Service Headquarters, Ffordd Salesbury, St. Asaph Business Park
Town: St. Asaph
Postal code: LL17 0JJ
Country: United Kingdom
Telephone: +44 1745535268
Email: dh.williams@mawwfire.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.sell2wales.gov.wales
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.sell2wales.gov.wales
I.4) Type of the contracting authority
Other type: Emergency Services
I.5) Main activity
Other activity: Emergency Services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Fire Safety Legal Advice, Representation and Training
Reference number: MWEU31
II.1.2) Main CPV code: 79110000
II.1.3) Type of contract: Services
II.1.4) Short Description: Provision of specialist legal services for fire safety legal advice, representation and training for Mid and West Wales, South Wales and North Wales Fire and Rescue Services.
II.1.5) Estimated total value:
Value excluding VAT: 200000 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)
79100000, 79112000, 79111000, 79140000, 79110000
II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Any sites across Wales
II.2.4) Description of the procurement:
Provision of fire safety legal advice, training and representation to Mid and West Wales Fire and Rescue Service, South Wales Fire and Rescue Service and North Wales Fire and Rescue Service.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewalyes Description of renewals:option to extend for an additional 24 months at 12 month intervals
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: no
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:The three FRS’s will require suitably qualified legal representation at Magistrates and higher level Courts to deal with fire safety cases as and when required. The legal representation must be appropriate to the level of technical expertise required in the hearing (Magistrates or Crown Court).
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) Conditions related to the contract
III.2.1) Information about a particular profession(only for service contracts)
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision: Suitably qualified legal professional as detailed within the Specification.
III.2.2) Contract performance conditions: The performance criteria is to be agreed with the successful supplier.
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 procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-10-17 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN, CY
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: 2022-10-17 Local time: 12:00 Place:Procurement Office
Information about authorised persons and opening procedure:Members of the Procurement Department
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:September 2027
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 Sell2Wales 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.
(WA Ref:124047)
Download the ESPD document here: [[]]
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice:2022-09-15