Tender

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

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

F02: Contract notice

Notice identifier: 2021/S 000-017830

Procurement identifier (OCID): ocds-h6vhtk-02cd14

Published 27 July 2021, 3:01pm



The closing date and time has been changed to:

20 September 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Warwickshire County Council

Shire Hall, Market Place

Warwick

CV34 4RL

Contact

John Hopper

Email

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

Email

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

www.csw-jets.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.csw-jets.co.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

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