Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE & ISLE OF WIGHT FIRE AND RESCUE SERVICE.
Leigh Rd
Eastleigh
SO50 9SJ
Contact
Bill Warden
procurement.clients@hants.gov.uk
Telephone
+44 1962667808
Country
United Kingdom
Region code
UKJ3 - Hampshire and Isle of Wight
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.1) Name and addresses
Devon & Somerset Fire and Rescue Service
The Knowle
Clyst St George, Exeter
EX3 0NW
procurement.clients@hants.gov.uk
Country
United Kingdom
Region code
UKK - South West (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.1) Name and addresses
Dorset & Wiltshire Fire and Rescue Service
Five Rivers Health and Wellbeing Centre
Salisbury
SP1 3NR
procurement.clients@hants.gov.uk
Country
United Kingdom
Region code
UKK - South West (England)
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.1) Name and addresses
Kent Fire and Rescue Service
The Godlands
Tovil, Maidstone
ME15 6XB
procurement.clients@hants.gov.uk
Country
United Kingdom
Region code
UKJ4 - Kent
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/hampshire/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Integrated Communication Control System (ICCS) and Command and Control Mobilising System
Reference number
EX21259
two.1.2) Main CPV code
- 35710000 - Command, control, communication and computer systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
***THIS NOTICE IS BEING PUBLISHED ON BEHALF OF HAMPSHIRE & ISLE OF WIGHT FIRE AND RESCUE SERVICE***
The NFSP is seeking to implement an integrated communication control system (ICCS) and command and control mobilising system for the Fire and Rescue authorities within the NFSP through a shared solution.
a) A suitable hosted (or on premises)cloud-based solution including solution design and development
b) Provision of software system(s) and licenses
c) Provision of hardware
d) Provision of interfacing of systems
e) Training
f) Software/Hardware support and maintenance
g) Relevant Professional Services
to support the aims of the NFSP
All details can be found at https://in-tendhost.co.uk/hampshire/
two.1.5) Estimated total value
Value excluding VAT: £16,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ3 - Hampshire and Isle of Wight
- UKJ4 - Kent
- UKK15 - Wiltshire CC
- UKK2 - Dorset and Somerset
- UKK4 - Devon
two.2.4) Description of the procurement
The NFSP primarily delivers the Command and Control system function to its partners as well as aligned outcome based projects.
The NFSP Command and Control system takes incoming 999 and non-emergency calls, creates & manages incidents (full life cycle), allocates and mobilises resources as well has handling administrative functions. It is at the core of all the NFSP Partners statutory requirement commitments and is used 24 hours a day, 7 days a week, 365 days a year.
The NFSP's current Command and Control solution contract expires in June 2025, with KFRS in July 2025.
This purpose of this project is to procure a replacement managed solution including hardware and software via an open procurement, resulting in a single supplier contract. Submissions from Consortium arrangements will be subject to section 9 of the ITT document.
The replacement system can be hosted or installed locally but must ensure that resilient partnership working remains at the core of any proposal. It is anticipated that there would be a phased rollout out by site, with the three existing NFSP partners go live before Kent FRS.
The scope of the project includes:
Replacement of:
• Integrated Communications Control System ICCS
• Computer Aided Dispatch CAD/ Command and Control CAC
• Automatic Call Distribution System
• Recorder (Voice/data/video etc)
• Performance Dashboard/KPI reporting
• Web and mobile CAD viewing platforms
• Command and Control Gazetteer and Mapping tools
Consideration of additional tools which may be offered as an integrated part of a future solution e.g.
• Risk and resource coverage
• Integrated paging and instant messaging
• Teleconferencing facilities
• What3Words / GoodSAM app (or equivalent)
• Video and social media interaction
• Multi Agency Incident Transfer (MAIT)
• Fire Survival Guidance (FSG) App
• Hardware replacement - servers and clients
• Corporate Gazetteer replacement
• Social and other digital feed
Contractual details
• SLA's
• KPI's
• Reporting capabilities
• Data Recovery Points
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £16,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
There are four options to extend, each for a period of up to 12 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Conditions related to this contract are shown within Annex 3 - Terms and Conditions of the published Tender documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-032253
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
14 April 2023
Local time
2:00pm
Changed to:
Date
12 May 2023
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 April 2023
Local time
2:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom