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
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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