Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Fire and Rescue Service
Headquarters, Westburn Drive
Cambuslang
G72 7NA
UK
E-mail: Stephen.McDonagh@firescotland.gov.uk
NUTS: UKM
Internet address(es)
Main address: http://firescotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19543
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
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
New Mobilising System
Reference number: T5A-007-2324
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
SFRS is seeking to procure a new externally hosted mobilising solution based on a commercial, off the shelf (COTS) solution or platform to support the SFRS in meeting its commitments and to assist in delivering on its strategic objectives.
The scope of the New Mobilising System will include for the following as a minimum:
- Facilitate the answering of emergency calls, aid control operators in ascertaining the location and nature of emergencies and initiate the mobilisation of appropriate resources.
- Provide management of telephony and radio calls, provide a facility to manage incident activity and to mobilise and control resources associated with all SFRS operations.
- Provide management information and reporting systems, and call recording and storage systems for control operator activity.
- Analysis, review and re-engineering of business processes, teams and data supported by the new technology.
- Design and delivery of a staff training programme for operators, users, and those who interact with the system.
- Provision of 999 telephony
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35710000
35711000
42961000
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
SFRS are a national organisation delivering front-line services locally from three strategically positioned hubs, or Service Delivery Areas (SDA) based in the North, West and East of Scotland.
SFRS is seeking to procure a new externally hosted mobilising solution based on a commercial, off the shelf (COTS) solution or platform to support the SFRS in meeting its commitments and to assist in delivering on its strategic objectives.
The scope of the New Mobilising System will include for the following as a minimum:
- Facilitate the answering of emergency calls, aid control operators in ascertaining the location and nature of emergencies and initiate the mobilisation of appropriate resources.
- Provide management of telephony and radio calls, provide a facility to manage incident activity and to mobilise and control resources associated with all SFRS operations.
- Provide management information and reporting systems, and call recording and storage systems for control operator activity.
- Analysis, review and re-engineering of business processes, teams and data supported by the new technology.
- Design and delivery of a staff training programme for operators, users, and those who interact with the system.
- Provision of 999 telephony
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
SFRS reserves the right to extend the contract by three (3) additional twelve (12) month periods.
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:
No
II.2.11) Information about options
Options:
Yes
Description of options:
SFRS reserves the right to procure additional services throughout the duration of the contract in line with the contractor rates submitted as part of the tender submissions.
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
List and brief description of selection criteria:
1. General Yearly Turnover
2. Current Ratio
3. Net Assets (Total Assets minus Total Liabilities)
4. Two Years' Continuous Profitable Trading
5. General
6. Insurance
Minimum level(s) of standards required:
1. General Yearly Turnover - 2 Years and 64,000,000.00 GBP Turnover per year
2. Current Ratio - Current ratio must be greater than 1.0 for each year for the last two years. This will be assessed by the Contracting Authority by reference to an independent financial reporting service.
3. Net Assets (Total Assets minus Total Liabilities) - This must be positive (greater than zero) each year for the last three years. This will be assessed by the Contracting Authority by reference to an independent financial reporting service.
4. Two Years' Continuous Profitable Trading - The Candidate should demonstrate two years' continuous profitable trading over the last two years of trading. This will be assessed by the Contracting Authority by reference to an independent financial reporting service. Any period negative profitability is to be explained in detail by the Candidate: this explanation will be taken into the reasonable consideration of the Contracting Authority in assessing Submissions. Where the Contracting Authority is satisfied with the explanation and overall financial viability of the Candidate, it reserves the right to proceed with the Candidate's application.
5. General - The Contracting Authority notes its obligation under Regulation 60(9) sating that: “(9) Before awarding the contract, except a contract based on a framework agreement concluded in accordance with regulation 34(6) or (7)(a) (framework agreements), the contracting authority must require the tenderer to which it has decided to award the contract to submit up-to-date supporting documents in accordance with regulation 61 (means of proof) However, in submitting an application, the Candidate understands and accepts the Contracting Authority’s right under Regulation 61 (8) to consider means of proof which it deems appropriate: “Where, for any valid reason, the economic operator is unable to provide the references or other information required by the contracting authority, it may prove its economic and financial standing by any other document which the contracting authority considers appropriate.
6. Insurance (for each and every claim)
Professional - 10,000,000.00 GBP
Employers - 10,000,000.00 GBP
Public - 10,000,000.00 GBP
Product - 10,000,000.00 GBP
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/03/2024
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 tenderer must maintain the tender
Tender must be valid until:
12/07/2024
IV.2.7) Conditions for opening of tenders
Date:
11/03/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
April 2033
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
This contract provision is business critical to the Scottish Fire and Rescue Service whereby the timescales stated within the ITT documentation is reflective of the urgency of the requirement and is being undertaken due to the termination of a previous contract.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=748371.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This contract provision is of a business critical nature for which SFRS require a single contract with a solutions provider to deliver against its critical front line requirements. A single supplier shall be responsible for implementation of the solution and ongoing Managed Service.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
SFRS plays an important role in helping to reduce inequalities across Scotland and are aware that factors such as poorer health, lower education attainment and disability can put individuals and communities at increased risk of harm. Equally important is our commitment to our employees. SFRS continue to develop the culture of SFRS, ensuring that our values of being inclusive, diverse, and fair are fully embedded across the entire Service. Employees who feel valued and that they belong, are more engaged in the workplace, impacting positively on their general wellbeing. SFRS are committed to continuously identifying and pursuing opportunities to work with communities and external partners including our Suppliers to reduce inequalities. In order to ensure the highest standards of service quality in the delivery of this contract, SFRS expects our Suppliers to have a similar commitment to reducing inequalities within the workplace for which Suppliers will be required to evidence this as part of the tender evaluation process.
Fair Work First is the Scottish Government’s policy for driving good quality and fair work in Scotland. Through this approach, the Scottish Government, and its public sector partners, are asking bidders to describe how they are committed to progressing towards adopting and how they intend to continue embedding the seven Fair Work First criteria:
- appropriate channels for effective voice, such as trade union recognition;
- investment in workforce development;
- no inappropriate use of zero hours contracts;
- action to tackle the gender pay gap and create a more diverse and inclusive workplace;
- providing fair pay for workers (for example, payment of the real Living Wage).
- offer flexible and family friendly working practices for all workers from day one of employment; and
- oppose the use of fire and rehire practice.
(SC Ref:748371)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=748371
VI.4) Procedures for review
VI.4.1) Review body
Court of Session
Parliament House, Parliament Sqaure
Edinburgh
EH1 1 RQ
UK
Telephone: +44 1312252585
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Scottish Fire and Rescue Service (SFRS) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The SFRS will incorporate a minimum 10 calendar day standstill at the point information on the contract award is communicated to tenderers. The SFRS is obliged to comply with the regulations and any eligible economic operator can bring an action in the Court of Session where as a consequence of a breach by the SFRS, they suffer or risk suffering loss or damage. The bringing of court proceedings during the standstill period means that the SFRS must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations.
VI.5) Date of dispatch of this notice
11/01/2024