
Market Leads & Opportunities
United Kingdom-Warwick: WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-017830/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: Warwickshire County Council
Postal address: Shire Hall, Market Place
Town: Warwick
Postal code: CV34 4RL
Country: United Kingdom
Contact Person: John Hopper
Telephone: +44 1926412341
Email: johnhopper@warwickshire.gov.uk
Internet address(es):
Main address:
Official name: The Police, Fire and Crime Commissioner for Northamptonshire
Town: Wellingborough
Postal code: NN8 6GS
Country: United Kingdom
Email: procurement@wawickshire.gov.uk
Internet address(es):
Main address:
I.2) Joint Procurement:
The contract involves joint procurement
I.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
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)
Reference number: 00012007
II.1.2) Main CPV code: 48000000
II.1.3) Type of contract: Supplies
II.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).
II.1.5) Estimated total value:
Value excluding VAT: 2500000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
32573000, 35710000, 42961000
II.2.3) Place of performance
Nuts code:
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
II.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.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.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.
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: 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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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
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.2.2) Contract performance conditions: All as detailed in the tender documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-08-27 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2021-08-27 Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court for England and Wales
Town: London
Country: United Kingdom
VI.5) Date of dispatch of this notice:2021-07-27
More Opportunties
- Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> >