Construction Tenders

Sun October 20 2024

Related Information

Construction Contract Leads

South East

Category Goods

Type

No. of Lots 1

Status Active

Published 19th Jan 2024

Tender Details
Referenceocds-h6vhtk-03ebcd
Common Procurement VocabularyCommand, control, communication and computer systems
Procurement MethodOpen procedure
Value£23,000,000
« Previous Page

South East

Category Goods

Type

No. of Lots 1

Status Active

Published 19th Jan 2024

Tender Details
Referenceocds-h6vhtk-03ebcd
Common Procurement VocabularyCommand, control, communication and computer systems
Procurement MethodOpen procedure
Value£23,000,000

Section I: Contracting authority

I.1) Name and addresses

HAMPSHIRE & ISLE OF WIGHT FIRE AND RESCUE SERVICE

Leigh Road

Eastleigh

SO50 9SJ

Email

procurement.clients [at] hants.gov.uk

Country

United Kingdom

NUTS code

UKJ3 - Hampshire and Isle of Wight

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.hantsfire.gov.uk

I.1) Name and addresses

Devon & Somerset Fire and Rescue Service

The Knowle

Clyst St George, Exeter

EX3 0NW

Email

procurement.clients [at] hants.gov.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.dsfire.gov.uk

I.1) Name and addresses

Dorset & Wiltshire Fire and Rescue Service

Five Rivers Health and Wellbeing Centre

Salisbury

SP1 3NR

Email

procurement.clients [at] hants.gov.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.dwfire.org.uk

I.1) Name and addresses

Kent Fire and Rescue Service

The Godlands

Tovil, Maidstone

ME15 6XB

Email

procurement.clients [at] hants.gov.uk

Country

United Kingdom

NUTS code

UKJ4 - Kent

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.kent.fire-uk.org/

I.2) Information about 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

https://in-tendhost.co.uk/he/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/he/aspx/Home

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Integrated Communication Control System (ICCS) and Command and Control Mobilising System

Reference number

EX23887

II.1.2) Main CPV code

  • 35710000 - Command, control, communication and computer systems

II.1.3) Type of contract

Supplies

II.1.4) Short description

***THIS NOTICE IS BEING PUBLISHED ON BEHALF OF HAMPSHIRE & ISLE OF WIGHT

FIRE AND RESCUE SERVICE AS PART OF THE NETWORKED FIRE SERVICES PARTNERSHIP (NFSP)***

The NFSP is seeking to implement an integrated communication control system (ICCS) and command and control mobilising system for the Fire and Rescue authorities within the NFSP through a shared solution.

II.1.5) Estimated total value

Value excluding VAT: £23,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKJ3 - Hampshire and Isle of Wight
  • UKJ4 - Kent
  • UKK15 - Wiltshire CC
  • UKK2 - Dorset and Somerset
  • UKK4 - Devon

II.2.4) Description of the procurement

The NFSP comprises the organisations of Devon & Somerset FRS (DSFRS), Dorset & Wiltshire FRS (DWFRS), Hampshire & Isle of Wight FRS (HIWFRS), and Kent FRS (KFRS), and primarily delivers the Command and Control system function to its partners as well as aligned outcome based projects.

This Command and Control system takes incoming 999 and non-emergency calls, creates & manages incidents (full life cycle), allocates and mobilises resources as well has handling administrative functions. It is at the core of all the NFSP Partners statutory requirement commitments and is used 24 hours a day, 7 days a week, 365 days a year.

This project seeks to procure a replacement managed solution including hardware and software. The NFSP seeks to work with the Supplier in a collaborative relationship looking at innovation to support changes that reflect latest ideas, opportunities, and directives.

The replacement system is to be hosted but must ensure that resilient partnership working remains at the core of any proposal.

In summary, the scope of the project includes:

Replacement of :

• Integrated Communications Control System (ICCS)

• Computer Aided Dispatch (CAD)/ Command and Control (CAC)

• Automatic Call Distribution System

• Recorder (voice/data/video etc)

• Performance Dashboard/KPI reporting/wallboard feeds

• Web and mobile CAD viewing platforms

• Command and Control Gazetteer and Mapping tools

• Officer mobilising solution

• Hardware replacement - servers and clients

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £23,000,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

This contract shall be reprocured when appropriate.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

A further period or periods of up to 4 years at the discretion of the named parties.

II.2.14) Additional information

In order to submit a bid for this procurement, the Ethical Wall agreement (Annex 8 of the tender suite of documents) must submitted where your organisation has a current contract with any of the NFSP Partnership Members.


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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-022219

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

Date

14 March 2024

Local time

2:00pm

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

English

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

15 March 2024

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice

London

WC2A 2LL

Country

United Kingdom