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
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 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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Whole life costs
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No