Awarded contract

WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)

  • Warwickshire County Council
  • The Police, Fire and Crime Commissioner for Northamptonshire

F03: Contract award notice

Notice reference: 2022/S 000-009594

Published 11 April 2022, 11:37am



Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall, Market Place

Warwick

CV34 4RL

Email

procurement@warwickshire.gov.uk

Country

United Kingdom

NUTS code

UKG1 - Herefordshire, Worcestershire and Warwickshire

Internet address(es)

Main address

www.warwickshire.gov.uk

one.1) Name and addresses

The Police, Fire and Crime Commissioner for Northamptonshire

Wellingborough

NN8 6GS

Email

procurement@warwickshire.gov.uk

Country

United Kingdom

NUTS code

UKF2 - Leicestershire, Rutland and Northamptonshire

Internet address(es)

Main address

https://www.northantspfcc.org.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)

Reference number

00012007

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

Warwickshire County Council (the Council) and The Police, Fire and Crime Commissioner for Northamptonshire acting as the Northamptonshire Fire and Rescue Authority (NFRA) are seeking to replace their key control room systems for Warwickshire Fire and Rescue Service (WFRS) and Northamptonshire Fire and Rescue Service (NFRS).

The Council will be acting as lead Authority and managing the procurement process for both Authorities. The successful Applicant will enter into two contracts, one with the Council and

one with NFRA.

In summary the systems to be replaced are the Communications and Control System (ICCS) and the Command and Control/Dispatch System (CAD).

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: £2,322,388

two.2) Description

two.2.2) Additional CPV code(s)

  • 32573000 - Communications control system
  • 35710000 - Command, control, communication and computer systems
  • 42961000 - Command and control system

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire
  • UKG1 - Herefordshire, Worcestershire and Warwickshire
Main site or place of performance

The County Council boundaries of Warwickshire and the operational area of the Police, Fire and Crime Commissioner for Northanptonshire

two.2.4) Description of the procurement

WFRS and NFRS require a cloud based command and control mobilising system (with integrated ICCS/CAD functionality) that allows for inter-operability, for service wide deployment, through a mobile and web-based version. WFRS and NFRS are seeking a flexible portable system that can be used from multiple secure sites.

The solution delivered will allow for inter-operability with WFRS & NFRS. The inter-operable solution will provide separate instances for each services with access to each others. If either service terminates its agreement with the Supplier, the remaining service should not be able to access the separate data of the departing customer.

For both WFRS and NFRS the systems need to be fully live by the end of 2022, preferably with the ICCS element going live first (if this is possible).

To ensure that the system procured meets expectations NFRS/WFRS are committed to getting the best possible system to suit its needs whilst ensuring that any system will be fully

ESN compliant.

Further details are included in the ITT and Appendices.

two.2.5) Award criteria

Quality criterion - Name: Mandatory questions / Weighting: P/F

Quality criterion - Name: Technical requirements / Weighting: P/F

Quality criterion - Name: Quality/technical questions / Weighting: 28%

Quality criterion - Name: Scenario demonstrations / Weighting: 42%

Price - Weighting: 30%

two.2.11) Information about options

Options: Yes

Description of options

Initial term 5 years (from go-live) - however the Council and NFRA reserve the right to extend their respective contracts by further successive periods up to a maximum available extension

period of 24 months at the discretion of the Council and NFRA based on their future requirements and contract performance of the successful Applicant. The decision to extend may be taken independently and result in only one party deciding to extend their contract.

two.2.14) Additional information

During the course of the contract period the range and scope of all these services may be subject to modification and variation to meet the changing needs and requirements of both the Council and NFRA, potential changes in legislation and the changing demands placed on the Council and NFRA by their customers and residents. Examples of these are listed in the ITT.


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: 2021/S 000-017830


Section five. Award of contract

Contract No

00012007

Title

WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 April 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

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

SSS Public Safety Limited

Chippenham

SN14 0TW

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,500,000

Total value of the contract/lot: £2,322,388


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court for England and Wales

London

Country

United Kingdom