Section one: Contracting authority
one.1) Name and addresses
Warwickshire County Council
Shire Hall, Market Place
Warwick
CV34 4RL
Contact
John Hopper
johnhopper@warwickshire.gov.uk
Telephone
+44 1926412341
Country
United Kingdom
NUTS code
UKG1 - Herefordshire, Worcestershire and Warwickshire
Internet address(es)
Main address
https://www.warwickshire.gov.uk
one.1) Name and addresses
The Police, Fire and Crime Commissioner for Northamptonshire
Wellingborough
NN8 6GS
procurement@wawickshire.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.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
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.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
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.
The available combined budget envelope for the joint system is estimated as being £2.2m for the 5 years to £2.5m over the whole contract period i.e. 7 years with upper end of the budget looking for a solution that exceeds our requirements and provides operational efficiencies. This provides an individual budget for each Service of c £1.1m over 5yrs (incl maintenance & support), and £1.25m over 7yr period.
Bids that exceed these budgetary ranges may be disqualified from the procurement process. The Council and NFRA also reserve the right to only award a contract for one service if a bid exceeds a services capital budget element.
Further details are included in the ITT and Appendices.
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
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All as detailed in the tender documentation
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
All as detailed in the 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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
27 August 2021
Local time
12:00pm
Changed to:
Date
20 September 2021
Local time
12:00pm
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
27 August 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Electronic ordering/invoicing/payment may be used.
Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is: www.csw-jets.co.uk Registration and use of CSW-JETS is free.
All correspondence or clarifications relating to this procurement must be via the CSWJETS correspondence function. If you are having trouble registering with CSW-JETS please email us at: procurement@warwickshire.gov.uk
Providers must register on CSW-JETS and express an interest in this project and be able to correspond with us about this procurement.
six.4) Procedures for review
six.4.1) Review body
High Court for England and Wales
London
Country
United Kingdom