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