Section one: Contracting authority
one.1) Name and addresses
Royal Berkshire Fire Authority
Newsham Court
Reading
RG31 7SD
Contact
Emma Peate
Telephone
+44 118934736
Country
United Kingdom
NUTS code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number
VAT gb 642 4620 56
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/71935
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58534&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58534&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Support, Maintenance and Future Upgrades to the Integrated Communications Control System for the Thames Valley Fire Control Service (DC3000 ICCS). (1)
Reference number
1306
two.1.2) Main CPV code
- 64227000 - Integrated telecommunications services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is seeking Tender for the provision of a support and maintenance contract for the Integrated Communications Control systems (known as the DC3000 ICCS) used by the Thames Valley Fire Control Service (TVFCS).
The two installations of the DC3000 ICCS are located at:
• RBFRS Headquarters, Calcot Reading - Primary installation
• OFRS Headquarters , Kidlington, Oxford- Secondary installation
TVFCS is a joint collaboration of the Buckinghamshire, Oxfordshire and Berkshire Fire Services. TVFCS use the two installations of the DC3000 ICCS as an essential part of the wider integrated solution to manage all fire related emergency calls for the Thames Valley. TVFCS provide this essential service to a high standard 24/7, 365 days a year.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 50332000 - Telecommunications-infrastructure maintenance services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Main site or place of performance
Berkshire
two.2.4) Description of the procurement
The Authority is seeking Tender for the provision of a support and maintenance contract for the Integrated Communications Control systems (known as the DC3000 ICCS) used by the Thames Valley Fire Control Service (TVFCS).
The two installations of the DC3000 ICCS are located at:
• RBFRS Headquarters, Calcot Reading - Primary installation
• OFRS Headquarters , Kidlington, Oxford- Secondary installation
TVFCS is a joint collaboration of the Buckinghamshire, Oxfordshire and Berkshire Fire Services. TVFCS use the two installations of the DC3000 ICCS as an essential part of the wider integrated solution to manage all fire related emergency calls for the Thames Valley. TVFCS provide this essential service to a high standard 24/7, 365 days a year.
In the event that the TVFCS partnership should cease prior to this contract’s end date any of the three services that are a party to this contract under the umbrella of TVFCS may continue to use this contract for any of its remaining period for the installations they continue to use.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.6) Estimated value
Value excluding VAT: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
10 April 2023
End date
9 April 2024
This contract is subject to renewal
Yes
Description of renewals
With the option to extend for 6 further years in 1 year increments until 9th April 2030 as per tender documents.
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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: 2022/S 000-031675
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 February 2023
Local time
10:00am
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
Tender must be valid until: 10 May 2023
four.2.7) Conditions for opening of tenders
Date
10 February 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom