Tender

GMCA 407 The provision of Maintenance Services for Station End Mobilisation Equipment on behalf of Greater Manchester, Cheshire, Cumbria and Lancashire Fire Rescue Services

  • Greater Manchester Combined Authority

F02: Contract notice

Notice identifier: 2022/S 000-010939

Procurement identifier (OCID): ocds-h6vhtk-033159

Published 28 April 2022, 12:26pm



Section one: Contracting authority

one.1) Name and addresses

Greater Manchester Combined Authority

GMCA Offices, 1st Floor, Churchgate House, 56 Oxford Street

Manchester

M1 6EU

Contact

Commercial Services - Procurement Team

Email

procurement@manchesterfire.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.greatermanchester-ca.gov.uk/

Buyer's address

https://www.greatermanchester-ca.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.the-chest.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.uk/

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

GMCA 407 The provision of Maintenance Services for Station End Mobilisation Equipment on behalf of Greater Manchester, Cheshire, Cumbria and Lancashire Fire Rescue Services

Reference number

DN606306

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Four North West Fire and Rescue Services (Greater Manchester FRS, Cheshire FRS, Cumbria FRS and Lancashire FRS) operate from a combined North West Fire Control room (NWFC) at Lingley Mere, Warrington. NWFC mobilise on behalf of the four FRS.

It should be noted that the NWFC contract is not within the scope of this document and therefore this contract relates to the mobilising message once it “clears” the firewall at NWFC, any mobilising faults on the NWFC side will be diagnosed and resolved by the NWFC contractor. In addition to this if the site is a shared site with other emergency services or stakeholders then these partners and their associated equipment are not in scope. Only Fire Service equipment is to be supported and maintained by this contract.

It is envisaged that the successful tenderer will manage the mobilising message across the FRS networks to receipt and successful mobilisation at station end.

The successful bidder will be expected to manage any third party faults such as network failures in resolving any incidents.

Each FRS has provided a list of equipment that they wish to be maintained with an option for preventative maintenance.

It is envisaged (but not confirmed) that the following FRS’s will be utilising this contract;

• Greater Manchester Fire and Rescue Service

• Lancashire Fire and Rescue Service

• Cumbria County Council

• Cheshire Fire and Rescue Service.

Cumbria is currently undergoing a local government reorganisation and the Government has announced that Cumbria County Council is to be replaced by two unitary authorities with effect from 1 April 2023. This Contract is for use by Contracting Authorities identified in the contract notice and any body (or bodies) which may succeed those Contracting Authorities in substantially performing fire and rescue functions. Cumbria County Council shall be entitled to transfer its rights and obligations under the Contract to any such successor.

A list of stations, along with the list of equipment per FRS to be included within the scope of this contract is attached – see doc ref. GMFRS 407 FRS Equipment2022.xlsx

The contractor shall be responsible for the “Mobilising function” without technical recourse, or assistance from all participating FRS’s, for clarity we define the “Mobilising function” as:

Once a mobilising message is passed across the NWFC Firewall and on to the relevant bearer, the responsibility for the mobilising function becomes the contractor’s responsibility, this includes:

1. Diagnosis of Data Network related faults interrupting mobilising messages.

2. Interrogation, when required, of station end log files to complete root cause analysis of faults. Reports of findings would be required.

3. Passing them to the current circuit provider for resolution.

4. Diagnosis of network switch/router failure, and informing the relevant contractor.

5. Station end failure such as mains outage.

6. Liaising with the appropriate FRS point of contact.

7. Provide a single point of contact (Service Desk)

8. Provision of Management information and metrics.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

It is envisaged (but not confirmed) that the following FRS’s will be utilising this contract;

• Greater Manchester Fire and Rescue Service

• Lancashire Fire and Rescue Service

• Cumbria County Council

• Cheshire Fire and Rescue Service.

Cumbria is currently undergoing a local government reorganisation and the Government has announced that Cumbria County Council is to be replaced by two unitary authorities with effect from 1 April 2023. This Contract is for use by Contracting Authorities identified in the contract notice and any body (or bodies) which may succeed those Contracting Authorities in substantially performing fire and rescue functions. Cumbria County Council shall be entitled to transfer its rights and obligations under the Contract to any such successor.

A list of stations, along with the list of equipment per FRS to be included within the scope of this contract is attached – see doc ref. GMFRS 407 FRS Equipment2022.xlsx

The contractor shall be responsible for the “Mobilising function” without technical recourse, or assistance from all participating FRS’s, for clarity we define the “Mobilising function” as:

Once a mobilising message is passed across the NWFC Firewall and on to the relevant bearer, the responsibility for the mobilising function becomes the contractor’s responsibility, this includes:

1. Diagnosis of Data Network related faults interrupting mobilising messages.

2. Interrogation, when required, of station end log files to complete root cause analysis of faults. Reports of findings would be required.

3. Passing them to the current circuit provider for resolution.

4. Diagnosis of network switch/router failure, and informing the relevant contractor.

5. Station end failure such as mains outage.

6. Liaising with the appropriate FRS point of contact.

7. Provide a single point of contact (Service Desk)

8. Provision of Management information and metrics.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2x 12 month renewals

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 May 2022

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

31 May 2022

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court (England, Wales and Northern Ireland)

The Strand

London

WC2A 2LL

Country

United Kingdom