Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Royal Berkshire Fire Authority
VAT gb 642 4620 56
Newsham Court
Reading
RG31 7SD
UK
Contact person: Emma Peate
Telephone: +44 118934736
E-mail: PeateE@RBFRS.co.uk
NUTS: UKJ1
Internet address(es)
Main address: http://www.rbfrs.co.uk
Address of the buyer profile: http://www.rbfrs.co.uk
I.1) Name and addresses
Royal Berkshire Fire and Rescue Service
Royal Berkshire Fire and Rescue Service
Pincents Kiln, Reading
Reading
RG31 7SD
UK
Contact person: Emma Peate
Telephone: +44 118934736
E-mail: PeateE@RBFRS.co.uk
NUTS: UKJ1
Internet address(es)
Main address: http://www.rbfrs.co.uk
Address of the buyer profile: http://www.rbfrs.co.uk
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:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58532&B=BLUELIGHT
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=58532&B=BLUELIGHT
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Support, Maintenance and Future Upgrades to the Integrated Communications Control System for the Thames Valley Fire Control Service (DC3000 ICCS).
Reference number: 1306
II.1.2) Main CPV code
64227000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking Tender for the provision of a support and maintenance contract for the Integrated Communications Control systems (known as the DC3000 ICCS) used by the Thames Valley Fire Control Service (TVFCS).
TVFCS is a joint collaboration of the Buckinghamshire, Oxfordshire and Berkshire Fire Services. TVFCS use the two installations of the DC3000 ICCS as an essential part of the wider integrated solution to manage all fire related emergency calls for the Thames Valley. TVFCS provide this essential service to a high standard 24/7, 365 days a year. In the event that the TVFCS partnership should cease prior to this contract’s end date any of the three services that are a party to this contract under the umbrella of TVFCS may continue to use this contract for any of its remaining period for the installations they continue to use.
II.1.5) Estimated total value
Value excluding VAT:
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)
48000000
50332000
II.2.3) Place of performance
NUTS code:
UKJ1
Main site or place of performance:
Berkshire
II.2.4) Description of the procurement
The Authority is seeking Tender for the provision of a support and maintenance contract for the Integrated Communications Control systems (known as the DC3000 ICCS) used by the Thames Valley Fire Control Service (TVFCS).
The two installations of the DC3000 ICCS are located at:
• RBFRS Headquarters, Calcot Reading - Primary installation
• OFRS Headquarters , Kidlington, Oxford- Secondary installation
TVFCS is a joint collaboration of the Buckinghamshire, Oxfordshire and Berkshire Fire Services. TVFCS use the two installations of the DC3000 ICCS as an essential part of the wider integrated solution to manage all fire related emergency calls for the Thames Valley. TVFCS provide this essential service to a high standard 24/7, 365 days a year.
In the event that the TVFCS partnership should cease prior to this contract’s end date any of the three services that are a party to this contract under the umbrella of TVFCS may continue to use this contract for any of its remaining period for the installations they continue to use.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70%
Price
/ Weighting:
30%
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
10/04/2023
End:
09/04/2024
This contract is subject to renewal: Yes
Description of renewals:
With the option to extend for 4 further years in 1 year increments until 9th April 2028
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:
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
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
Open procedure
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:
2022/S 000-031042
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/02/2023
Local time: 10:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
10/02/2023
Local time: 10:00
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
Royal Courts of Justice
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
29/12/2022