Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Contract for the Provision of a Replacement Control Systems Solution

  • First published: 25 August 2020
  • Last modified: 25 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
Authority ID:
AA73063
Publication date:
25 August 2020
Deadline date:
02 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The main deliverables of the solution will include the following:

• provision of all infrastructure components;

• provision of the core command and control software;

• provision of all primary and secondary control room operator equipment;

• integration with all the authority’s interfaces to the core command and control software;

• provision of operational services throughout the life of the contract.

In addition to replacing the current core command and control software, the authority is seeking an innovative, location agnostic control room solution, that will support current and future exploitation of digital technology, integration with incident command and digital asset/evidence management systems, and the opportunity to exploit collaboration, resilience and business continuity arrangements with at least one other partner Fire and Rescue Service.

The solution will also need to support the latest Airwave and ESN technologies for critical voice and data, as and when they become available.

It must be location agnostic and where possible, based on a Software as a Service (SaaS) model, in order to provide maximum flexibility and scope to exploit resilience and business continuity opportunities with other fire and rescue services, and future technological developments e.g. Next Generation 999 and digital technology.

It must support future strategic objectives with any other FRS's, including procedures to share risk data for over the border incidents, processes and procedures for the receipt of emergency calls and mobilisation of each other’s resources, procedures for the joint response to a critical or major incident that exceeds the capability of one fire control room solution, and the sharing of incident data with partner agencies using Multi-Agency Incident Transfer (MAIT). Bidders are referred to the procurement documents for the full requirements.

In summary, the successful bidder will be required to provide:

(i) hardware, (including, but not limited to) workstation and server based hardware;

(ii) core command and control software; and (iii) maintenance and support services throughout the duration of the contract.

The authority is seeking solutions that are ideally location agnostic that will provide for integration and resilience arrangements.

The authority is conducting this procurement under the competitive procedure with negotiation (CPN), pursuant to Regulation 29 of the Public Contracts Regulation 2015, as amended. The top five (5) scoring SQ responses will be taken through to submit an initial tender; if the authority does not award on the basis of initial tenders only the top three (3) scoring bids will be invited to the negotiation stage.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Essex Police, Fire and Crime Commissioner Fire and Rescue Authority

Service Headquarters Kelvedon Park, London Road

Rivenhall

CM8 3HB

UK

Contact person: Sarah Smith

Telephone: +44 1376576000

E-mail: contracts@essex-fire.gov.uk

NUTS: UKH3

Internet address(es)

Main address: https://www.essex-fire.gov.uk

Address of the buyer profile: https://www.essex-fire.gov.uk

I.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Rivenhall:-Communications-network./YPMKC7Y2RW


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Emergency Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Contract for the Provision of a Replacement Control Systems Solution

Reference number: ECFRS00161

II.1.2) Main CPV code

32412000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Essex Police, Fire and Crime Commissioner Fire and Rescue Authority (‘the Authority’) wishes to invite organisations to participate in a procurement process for the provision and implementation of both a replacement ESN ready/future proofed Computer Aided Dispatch System (CAD) and Integrated Communication and Control System (ICCS) for Essex County Fire and Rescue Service. The Authority is seeking to appoint one provider to deliver, implement and install both CAD & ICCS systems and to maintain and provide support services for those systems over the duration of the contract; this can be as a consortium, a prime contractor with a variety of subcontractors or a single organisation offering the full service.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

32000000

32412100

32500000

32510000

32523000

32524000

32552000

32570000

32571000

32573000

48100000

42961400

35710000

50000000

50300000

50312000

50323000

50324100

50332000

50333000

50334400

72000000

II.2.3) Place of performance

NUTS code:

UKH3


Main site or place of performance:

Essex.

II.2.4) Description of the procurement

The main deliverables of the solution will include the following:

• provision of all infrastructure components;

• provision of the core command and control software;

• provision of all primary and secondary control room operator equipment;

• integration with all the authority’s interfaces to the core command and control software;

• provision of operational services throughout the life of the contract.

In addition to replacing the current core command and control software, the authority is seeking an innovative, location agnostic control room solution, that will support current and future exploitation of digital technology, integration with incident command and digital asset/evidence management systems, and the opportunity to exploit collaboration, resilience and business continuity arrangements with at least one other partner Fire and Rescue Service.

The solution will also need to support the latest Airwave and ESN technologies for critical voice and data, as and when they become available.

It must be location agnostic and where possible, based on a Software as a Service (SaaS) model, in order to provide maximum flexibility and scope to exploit resilience and business continuity opportunities with other fire and rescue services, and future technological developments e.g. Next Generation 999 and digital technology.

It must support future strategic objectives with any other FRS's, including procedures to share risk data for over the border incidents, processes and procedures for the receipt of emergency calls and mobilisation of each other’s resources, procedures for the joint response to a critical or major incident that exceeds the capability of one fire control room solution, and the sharing of incident data with partner agencies using Multi-Agency Incident Transfer (MAIT). Bidders are referred to the procurement documents for the full requirements.

In summary, the successful bidder will be required to provide:

(i) hardware, (including, but not limited to) workstation and server based hardware;

(ii) core command and control software; and (iii) maintenance and support services throughout the duration of the contract.

The authority is seeking solutions that are ideally location agnostic that will provide for integration and resilience arrangements.

The authority is conducting this procurement under the competitive procedure with negotiation (CPN), pursuant to Regulation 29 of the Public Contracts Regulation 2015, as amended. The top five (5) scoring SQ responses will be taken through to submit an initial tender; if the authority does not award on the basis of initial tenders only the top three (3) scoring bids will be invited to the negotiation stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical quality questions, scenario testing and contractual terms / Weighting: 70

Cost criterion: Whole life costs / Weighting: 30

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The initial contract term shall be for a period of five (5) years from the go live date. The authority will have the option to extend the contract beyond the initial five (5) year term for any period or periods of up to five (5) years in twelve (12) or twenty-four (24) month blocks for a maximum contract term of 10 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the procurement documents.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/YPMKC7Y2RW

The authority reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in the contract notice.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 047-112507

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

Date: 02/10/2020

Local time: 14:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

Bidders should note that the procurement documents (including the invitation to submit initial tender) are draft documents at this stage, providing indicative information of the authority's intended approach in the procurement process and are for general information only. The authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

Requests to participate must be by way of completion and return of the standard selection questionnaire (in accordance with the requirements set out in the Standard Selection Questionnaire) by the date and time specified in Section IV.2.2). The authority reserves the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Rivenhall:-Communications-network./YPMKC7Y2RW

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/YPMKC7Y2RW

Go reference: GO-2020820-PRO-16967223

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Chapter 6 Application to the Court (Regulation 88-104) of the Public Contracts Regulations 2015 (as amended) including Regulation 91 (Enforcement of Duties through the Court); Regulation 92 (General time limits) and Regulation 93 (Special time limits).

VI.5) Date of dispatch of this notice

20/08/2020

Coding

Commodity categories

ID Title Parent category
35710000 Command, control, communication and computer systems Military electronic systems
32573000 Communications control system Communications equipment
32570000 Communications equipment Telecommunications equipment and supplies
32571000 Communications infrastructure Communications equipment
32412000 Communications network Local area network
50334400 Communications system maintenance services Repair and maintenance services of line telephony and line telegraphy equipment
42961400 Dispatch system Command and control system
32552000 Electrical apparatus for line telephony or line telegraphy Telephone equipment
48100000 Industry specific software package Software package and information systems
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
50312000 Maintenance and repair of computer equipment Maintenance and repair of office machinery
50323000 Maintenance and repair of computer peripherals Repair and maintenance services of personal computers
50333000 Maintenance services of radio-communications equipment Maintenance services of telecommunications equipment
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
50000000 Repair and maintenance services Other Services
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
50324100 System maintenance services Support services of personal computers
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32523000 Telecommunications facilities Telecommunications cable and equipment
32412100 Telecommunications network Communications network
32524000 Telecommunications system Telecommunications cable and equipment
50332000 Telecommunications-infrastructure maintenance services Maintenance services of telecommunications equipment
32510000 Wireless telecommunications system Telecommunications equipment and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
contracts@essex-fire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.