Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

The Supply of Software and Provision of Services for NWFRS Command and Control Systems Replacement P

  • First published: 22 September 2015
  • Last modified: 22 September 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
North Wales Fire and Rescue Service
Authority ID:
AA0516
Publication date:
22 September 2015
Deadline date:
19 October 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North Wales Fire and Rescue Service (NWF&RS) employ over a 1000 staff who support and cover 3 main areas across Wales: Gwynedd and Ynys Môn, Conwy and Denbighshire and Wrexham and Flintshire protecting an estimated population of 688 937 people over an area of 2 400 square miles as well as hundreds of thousands of tourists and visitors who come to North Wales every year. Annually they attend around 3 200 fires, 500 road traffic collisions and 500 other emergency incidents. Currently there are 44 Fire Stations throughout North Wales which support the service.

The Service has a large transport fleet including 54 fire appliances, one incident command unit and 31 ‘special’ vehicles — such as all-terrain vehicles and foam carriers. They also have three aerial ladder platforms, portable power tools, lifting and winching and other specialist equipment to enable them to respond to many different types of incident.

NWF&RS, through IT and other infrastructure will receive calls from the general public, businesses and automated systems, dispatch and monitor appliances and manage resources according to the type of incident. Furthermore, the Joint Communications Centre (JCC) is integral to sustained and effective resource pre-planning, incident management, performance data and management and will assist with defect management issues, press and the media, staff management and co-ordination and any related follow up and not just simply a call handling facility.

The JCC is a collaborative facility where North Wales Fire and Rescue Service shares an operational floor with North Wales Police in St Asaph. Unique in the UK, the facility was opened in October 2008, the major drivers being the saving of lives and the reduction of serious injuries. It represents an innovative approach to joint emergency service working, placing North Wales at the very forefront of 999 operations.

2. Scope.

North Wales Fire and Rescue Service seeks tenders from appropriate suppliers to provide a new Command and Control Mobilising System to replace their current Capita Vision 3 System.

The replacement system shall address the business needs of NWF&RS and ensure that a suitable platform is created for future development and advancement of closer working and convergence with the Emergency Services and Authorities.

The high level requirements for this service are below:

— Provide a Command and Control Mobilising System that has equivalent or better functionality than those currently in use.

— Provide integration into the North Wales Police Integrated Communications Control system that has equivalent or better functionality than those currently in use.

— Provide a compatible software solution for use with mobile data terminals that has equivalent or better functionality than those currently in use or can be used and integrated into one or more existing mobile data terminal software solutions to achieve the full benefits of data mobilisation and mobile data integration via the most cost effective and efficient mobile data solution.

— Integrate supplied systems to provide full and enhanced functionality.

— Provide suitable and effective backup systems for all major subsystems within the North Wales Joint Communications Centre.

— Test the new systems to ensure that a quality and robust deliverable is in place.

1 Provide suitable and effective planning and reporting systems for current and future needs. Deliver a software only based solution (as far as possible) onto the customer existing VMWare solution.

NWF&RS is seeking to implement a new resilient call handling and mobilising system which will be networked between the current C Joint Communications Centre (which is a shared location with North Wales Police) located at St Asaph and the Police HQ Business Continuity site located in Colwyn Bay. The aspiration of the NWF&RS is that the new system will incorporate fa

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


North Wales Fire and Rescue Servicen/a

Ford Salesbury, St Asaph Business Park, Denbighshire

Saint Asaph

LL17 0JJ

UK

Procurement Department

+44 1492804247

procurement@nthwales.pnn.police.uk


http://www.nwales-fireservice.org.uk

https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/33183

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13488&B=BLUELIGHT

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13488&B=BLUELIGHT
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

The Supply of Software and Provision of Services for NWFRS Command and Control Systems Replacement Project.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance

Colwyn Bay, North Wales.



UKL13

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

North Wales Fire and Rescue Service (NWF&RS) employ over a 1000 staff who support and cover 3 main areas across Wales: Gwynedd and Ynys Môn, Conwy and Denbighshire and Wrexham and Flintshire protecting an estimated population of 688 937 people over an area of 2 400 square miles as well as hundreds of thousands of tourists and visitors who come to North Wales every year. Annually they attend around 3 200 fires, 500 road traffic collisions and 500 other emergency incidents. Currently there are 44 Fire Stations throughout North Wales which support the service.

The Service has a large transport fleet including 54 fire appliances, one incident command unit and 31 ‘special’ vehicles — such as all-terrain vehicles and foam carriers. They also have three aerial ladder platforms, portable power tools, lifting and winching and other specialist equipment to enable them to respond to many different types of incident.

NWF&RS, through IT and other infrastructure will receive calls from the general public, businesses and automated systems, dispatch and monitor appliances and manage resources according to the type of incident. Furthermore, the Joint Communications Centre (JCC) is integral to sustained and effective resource pre-planning, incident management, performance data and management and will assist with defect management issues, press and the media, staff management and co-ordination and any related follow up and not just simply a call handling facility.

The JCC is a collaborative facility where North Wales Fire and Rescue Service shares an operational floor with North Wales Police in St Asaph. Unique in the UK, the facility was opened in October 2008, the major drivers being the saving of lives and the reduction of serious injuries. It represents an innovative approach to joint emergency service working, placing North Wales at the very forefront of 999 operations.

2. Scope.

North Wales Fire and Rescue Service seeks tenders from appropriate suppliers to provide a new Command and Control Mobilising System to replace their current Capita Vision 3 System.

The replacement system shall address the business needs of NWF&RS and ensure that a suitable platform is created for future development and advancement of closer working and convergence with the Emergency Services and Authorities.

The high level requirements for this service are below:

— Provide a Command and Control Mobilising System that has equivalent or better functionality than those currently in use.

— Provide integration into the North Wales Police Integrated Communications Control system that has equivalent or better functionality than those currently in use.

— Provide a compatible software solution for use with mobile data terminals that has equivalent or better functionality than those currently in use or can be used and integrated into one or more existing mobile data terminal software solutions to achieve the full benefits of data mobilisation and mobile data integration via the most cost effective and efficient mobile data solution.

— Integrate supplied systems to provide full and enhanced functionality.

— Provide suitable and effective backup systems for all major subsystems within the North Wales Joint Communications Centre.

— Test the new systems to ensure that a quality and robust deliverable is in place.

1 Provide suitable and effective planning and reporting systems for current and future needs. Deliver a software only based solution (as far as possible) onto the customer existing VMWare solution.

NWF&RS is seeking to implement a new resilient call handling and mobilising system which will be networked between the current C Joint Communications Centre (which is a shared location with North Wales Police) located at St Asaph and the Police HQ Business Continuity site located in Colwyn Bay. The aspiration of the NWF&RS is that the new system will incorporate failover capabilities to enable fall-back across the sites. It will provide a full voice and data communications capability using the Airwave network, EISEC and ALSEC, which will reduce emergency call handling times, and ALS, which will ensure the nearest appropriate resource is mobilised to an incident. The system will interface with the following current interfaces:

— Existing Mobile Data Communications Gateway provided by Airbus;

— Existing indirect interaction with the Paging System provided by Swissphone;

— Existing Integrated Communications Control System provided by Capita;

— Existing Airwave interfaces (Centracom, Elite, SDR and MCADI);

— Existing Control Room and Station End Equipment (CCPs and Outstations) provided by Multitone;

— Existing or new supply of GPS based timing solution;

— Existing Resource Management System provided by Capita or new supply;

— Existing DEIT / MAIT interfaces to other Emergency Service and Local Authorities;

— Existing Fire Safety and Operational Records Management System provided by Atkins;

— Existing centralised Incident Recording System provided by DCLG.

Along side the current interfaces NWF&RS have a list of future requirements which will need to interface to the following:

— ESN (the final deliverable of the ESMCP programme of work);

— Corporate Gazetteer integration;

— Active Directory (people directory).

Future ICCS solution. NWF&RS will be moving forward with a supply of a new service provided by North Wales Police. North Wales Police are currently reviewing their options with regards to ICCS provision and a decision will be made in the near future with regards to how this will be provisioned. The bidder must assume that this could be one of many suppliers of these type of solutions.

Possible Integration with Voice Recorder and Call Logging solutions provided off the back of the new North Wales Police ICCS (links in incident for voice record play back)

Multitone IMessage service.

O-NAT — The emerging Overt National Asset Tracking (ONAT) project;

Direct interaction with the Swissphone paging solution;

PDR Pro — Personal Development Review system;

Others to be identified during current reviews.

The North Wales Fire Control Centre's effectiveness is crucial to the delivery of the statutory duties contained in the Fire and Rescue Services Act 2004 and subsequent overall performance of the Service. Equally the IT systems that are used are required to be comprehensive, effective, extremely reliable, and sustainable as well as capable of being interfaced with the other key IT systems required for effective service risk planning and service management, delivery and performance monitoring.

The NWF&RS will be seeking to implement the Contract as swiftly as possibly following Contract Award and will work with the Successful Contractor to determine the most appropriate approach to the implementation e.g. when and how the FRS will go-live. To meet this requirement and to ensure compliance with the requirements NWF&RS will be looking to develop the Functional Design Specification prior to contract award, work will commence on this as soon as the mandatory standstill period has ended. Terms will be added to allow the supplier to recover costs for developing the FDS if NWF&RS decide that the designed solution does not fit their requirements.

II.1.6)

Common Procurement Vocabulary (CPV)

72000000
72200000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

750 000200 000 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

060

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The right is reserved to require a parent company guarantee and or suitable performance bond or bank guarantees to secure any advance payment/warranty or maintenance as felt appropriate by the Authority.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment will be made in accordance with the contract documents.

All payments will be made in Pounds Sterling. However the PCC reserves the right to pay in Euro should it so wish to at a future date.

The PCC shall pay undisputed sums due to the Contractor in cleared funds within 30 days of receipt and agreement of invoices, submitted monthly in arrears, for work completed to the satisfaction of the PCC. All invoices must be clearly marked with the relevant order number. The PCC will not pay any invoice that has an outstanding credit note against it.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form or require a single entity to take primary liability.

Contractors must Evidence of relevant insurances, including Professional Indemnity Insurance.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Conditions in accordance with the contract documents.

Contract Period initially a 5 year contract with options to extend for 2 year in multiples of 12 months.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:

(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;

(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2 (1) of Council Joint Action 98/733/JHA;

(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3 (1) of Council Joint Action 98/742/JHA3 respectively;

(J) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.

(l) or any other mandatory requirement of this particular contract as set out in the documentation.

Registration of your company details, free of charge, is required at: http://www.bluelight.gov.uk in order to participate in this procurement.

The supplier guide will give all the necessary information needed to register and how to respond to the Notice.

Please advise expression of interest and respond to the Invitation to Tender (ITT) or any Associate PQQ document via the Bluelight portal.

III.2.2)

Economic and financial capacity


Information and formalities necessary for evaluating if the requirements are met: Please refer to the PQQ on the Bluelight e-tendering portal at: www.bluelight.gov.uk

Minimum level(s) of standards possibly required: Please refer to the PQQ on the Bluelight e-tendering portal at: www.bluelight.gov.uk




III.2.3)

Technical capacity


Please refer to the PQQ on the Bluelight e-tendering portal at: www.bluelight.gov.uk

Minimum level(s) of standards possibly required:

Please refer to the PQQ on the Bluelight e-tendering portal at: www.bluelight.gov.uk




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

35

Objective criteria for choosing the limited number of candidates

Highest 3 scoring submission will be selected, however should more that 3 submission score more that 80 % then the 4th and 5th highest submission will also be invited.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

NWFRS21659

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 19-10-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 04-01-2016

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This Procurement if being managed by North Wales Police on behalf of North Wales Fire and Rescue Service.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Head of ICT

Ffordd Salesbury, St Asaph Business Park, St Asaph

Denbighshire

LL17 0JJ

UK

sarah.roberts@nwales-fireservice.org.uk


http://www.nwales-fireservice.org.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 17-09-2015

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support

Delivery locations

ID Description
1013 Conwy and Denbighshire

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@nthwales.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.