Section one: Contracting authority
one.1) Name and addresses
North West Fire Control
Lingley Mere Business Park, Lingley Green Avenue
Warrington
WA5 3UZ
Telephone
+44 813669410
Country
United Kingdom
Region code
UKD61 - Warrington
National registration number
06314891
Internet address(es)
Main address
https://www.nwfirecontrol.com/
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Fire service activities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NWFC | Mobilising System Solution Procurement
two.1.2) Main CPV code
- 72222300 - Information technology services
two.1.3) Type of contract
Services
two.1.4) Short description
Computer Aided Despatch (CAD) and Integrated Communication Control System (ICCS) and associated Services
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £15,275,577
two.2) Description
two.2.2) Additional CPV code(s)
- 35710000 - Command, control, communication and computer systems
- 42961000 - Command and control system
two.2.3) Place of performance
NUTS codes
- UKD61 - Warrington
Main site or place of performance
Warrington
two.2.4) Description of the procurement
NW Firecontrol Limited ("NWFC") serves 5.5 million people over a geographical area of 5000 square miles. This primarily comprises the regions of; Cheshire, Cumbria, Greater Manchester and Lancashire, with the ability to support other control rooms in times of need. As the first port of call to the public, NWFC coordinates the Fire & Rescue Services' response ensuring incidents are logged and managed throughout.
The following provides an overview of NWFC's requirement:
The provision of a new Computer Aided Dispatch (CAD), which works in conjunction with the Integrated Communication Control System (ICCS), and its associated services.
Design, delivery and implementation of all software, hardware and data storage solutions (inclusive of planning, testing, security and upskilling) to provide control and mobilising capability across multiple geographical areas, considering remote accessibility and integration to existing Fire Authority infrastructure.
24/7, 365 days per year maintenance and support for all software, hardware and data storage solutions, inclusive of ongoing updates provided to keep pace with technological and service enhancements throughout the life of the contract.
Overarching data management process to include all Fire Authority and non-Fire Authority data sources (inclusive of legacy data where required). This will manage the segmentation (where needed) and delivery of data into the live operational systems provided by/interfaced with the solution.
The contract term is from 20 January 2025 to 10 July 2033 with optional 3 x 1 year extension periods after that to 10 July 2036.
Several of the award criteria set out at II.2.5 were further subdivided as follows:
Mobilising System Solution – Core Requirements:
-Core Functionality Requirements: 3%
-Interface Requirements: 5%
-Non-Functional Requirements: 2%
-Security and Cyber-security: 10%
Mobilising System Solution - Functional Requirements:
-Emergency Call Handling and Special Attendances (3.1): 1%
-Emergency Call Handling and Special Attendances (3.2): 1%
-Emergency Call Handling and Special Attendances (3.3): 1%
-Locations and Address Matching: 1%
-Pre-Determined Attendance (PDA) and Resource Proposal Outcomes (3.5): 1%
-Pre-Determined Attendance (PDA) and Resource Proposal Outcomes (3.6): 1%
-Pre-Determined Attendance (PDA) and Resource Proposal Outcomes (3.7): 1%
-Incident Management: 1%
-Resource Management (3.9): 1%
-Resource Management (3.10): 1%
-Resource Management (3.11): 1%
-Call Functionality: 1%
-Radio Functionality: 1%
-User Functionality – System Solution Configuration: 1%
-Monitoring and Auditing: 1%
-Administration: 1%
-Incident Record Outcomes: 1%
-Incident Management: 1%
-Recording and Playback: 1%
-Maps, Gazetteer and GIS: 1%
Management Requirements:
-Implementation and Project Management: 10%
-Business Continuity: 5%
-Support and Maintenance: 10%
-Training Requirement (4.4): 3%
-Training Requirement (4.5): 2%
Social Value:
-Innovation and disruptive technologies: 5%
-Tackling inequality in the contract workforce: 5%
two.2.5) Award criteria
Quality criterion - Name: Mobilising System Solution - Descriptive Overview / Weighting: 20
Quality criterion - Name: Mobilising System Solution - Core Requirements / Weighting: 20
Quality criterion - Name: Mobilising System Solution - Functional Requirements / Weighting: 20
Quality criterion - Name: Management Requirements / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Quality Price Ratio (QPR) / Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
NWFC may elect to extend the initial term of the contract by three 1-year extension periods from 10 July 2033. NWFC may require the Supplier to provide optional services, relating to: •changing the connection of the Mobilising System Solution from Airwave to ESN; •implementing an exit or partial exit of one or more of the Fire Authorities at the end of the initial term, whilst continuing to serve the remaining Fire Authorities for one or more extension periods.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
A redacted copy of the Mobilising System Solution contract, entered into between NW Firecontrol Ltd and Frequentis (UK) Ltd on 20 January 2025, is being published for transparency, to reflect best practice and as envisaged in clause 20.2 of the contract, on the Authority website at www.nwfirecontrol.com, under ABOUT, Mobilising System Solution Contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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: 2024/S 000-003509
Section five. Award of contract
Title
NWFC | Mobilising System Solution Procurement
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
20 January 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Frequentis (UK) Limited
Regal House, 70 London Road
Twickenham
TW1 3QS
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
National registration number
02704890
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £15,275,577
Section six. Complementary information
six.3) Additional information
Total value of the procurement: •£11,742,693 for the initial term to 10 July 2033; plus •£3,532,884 for operational services for the optional 3-year extension to 10 Jul 2036. Indexation will be applied from year 3 after the system goes live. NWFC did not reserve the possibility of awarding the contract, without negotiation, on the basis of initial tenders, of which three were received. Only one final tender was received. Approximately 45% of the contractual obligations are likely to be subcontracted to third parties.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=922705205
GO Reference: GO-2025217-PRO-29458097
six.4) Procedures for review
six.4.1) Review body
NW Firecontrol Limited
North West Fire Control Lingley Mere Business Park, Lingley Green Avenue
Warrington
WA5 3UZ
Sarah.Wilson@nwfirecontrol.com
Telephone
+44 813669410
Country
United Kingdom