RBFRS require a location to accommodate our Module 3 Water Rescue training and assessment programme. This programme incorporates initial acquisition, revalidation and coaching over a rolling 5 years programme, ensuring that all operational staff (up to the rank of WBSM) employed with RBFRS maintain their knowledge and skills in the relative qualification.
Royal Berkshire Fire AuthoritySouth EastWAC-184808
Royal Berkshire Fire and Rescue Service is looking to purchase a mixture of refurbished and new fitness equipment to be installed in gyms across its estate through a call off contract.
The price estimated is not a commitment to the whole value and is an anticipated spend subject to change based on relevant economic factors including the budget available to the Contracting Authority and wider market and category knowledge. Evaluation of the pricing will be on the first year costings of the equipment to purchase standard fitness equipment listed on Appendix 1 along with delivery and installation cost and warranty of products.
The pricing for accessible equipment in pricing matrix is not a commitment by the Authority and has been requested for information only. The evaluation of the pricing for this contract will be based on standard fitness equipment.
This is a call off contract so there is no commitment by the Authority to purchase all equipment listed in Appendix 1. Equipment will be called off as and when required.
Royal Berkshire Fire AuthoritySouth EastWAC-176332
The Authority is seeking to appoint a single Provider able to put in place and manage a Private Health Care Subscription Contract commencing 1st March 2024.
Ideally the service provider should be able offer a wide range of discretionary private healthcare including but not limited to diagnostic services, treatment, physiotherapy and private GP services and prescriptions mental health support to the employees of the Authority.
Due to the likely value of this contract the Authority is carrying out this tender using the Public Contract Regulations 2015 “light touch” regime as used for social and related services.
Royal Berkshire Fire AuthoritySouth EastWAC-168037
The Authority is seeking to appoint a single Provider able to put in place and manage a Private Health Care Subscription Contract commencing 1st March 2024.
Ideally the service provider should be able offer a wide range of discretionary private healthcare including but not limited to diagnostic services, treatment, physiotherapy and private GP services and prescriptions mental health support to the employees of the Authority.
Due to the likely value of this contract the Authority is carrying out this tender using the Public Contract Regulations 2015 "light touch" regime as used for social and related services.
Royal Berkshire Fire AuthoritySouth EastWAC-161829
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
Royal Berkshire Fire Authority is carrying out a procurement of Hard Facilities Management (FM) Services using Competitive Flexible Procedure under Procurement Act 2023. The Competitive Flexible Procedure will be conducted in two (2) stages as detailed in the associated tender document. The value of the contract is 4.5 million exclusive of VAT and £5.4 million inclusive of VAT.
The Authority undertook preliminary market engagement. This market engagement aimed to test deliverability, gather feedback on potential scope and delivery model, and identify any barriers to participation. Key themes raised included:
• Data & Systems - The need for accurate asset and reactive maintenance data to support pricing, and clarity on CAFM provision and client access.
• Scope Clarity - Clarification of service scope, including the split between PPM, reactive maintenance, and minor/project works.
• Commercial Model - The pre-authorised threshold was considered low; suppliers suggested increasing it or using pre-priced task schedules.
• Delivery Model - Clarity on direct delivery versus subcontracting with a preference for in house out of hours services.
• KPIs & Performance - Support for KPI driven performance, with requests for clearer definitions (particularly emergency response and documentation requirements) inclusion of worked examples, and alignment with realistic certification timeframes.
• Mobilisation - Concerns were raised regarding procurement timelines, with suppliers requesting sufficient tender periods and clear mobilisation expectations.
• Asset Management - A defined approach to asset tagging and ongoing data management, including handling of missing assets.
• Compliance & Security - Clear requirements for security processes (e.g. DBS checks and site inductions) and contractor compliance.
• TUPE - Confirmation of the TUPE position to reduce uncertainty.
Tender Documentation - Request for a clear pricing matrix and early visibility of pricing templates.
Feedback from the market has been considered and reflected in the draft specification, pricing approach, evaluation model and procurement programme. These documents are provided alongside this PSQ for information purposes to support early understanding of the Authority's requirements.
The Authority has not attach the JCT terms and conditions as part of the tender package. The Authority will upload the draft JCT documents before the start of the ITT stage.
In accordance with Section 83 - Conflicts assessment , subsection (5)(c), the Authority has prepared a conflict assessment.
Royal Berkshire Fire AuthoritySouth East11 May 2026WAC-583722