Bedfordshire Fire and Rescue Authority: Provision of a Replacement Integrated Communication Control System and Mobilising Solution

  Bedfordshire Fire and Rescue Authority has published this notice through Delta eSourcing

Notice Summary
Title: Provision of a Replacement Integrated Communication Control System and Mobilising Solution
Notice type: Contract Award Notice
Authority: Bedfordshire Fire and Rescue Authority
Nature of contract: Services
Procedure: Negotiated
Short Description: Bedfordshire Fire and Rescue Service, trading as Bedfordshire Fire and Rescue Authority (the 'Authority'), is inviting expressions of interest from organisations wishing to enter into a contract for the design, implementation, installation and maintenance of a replacement integrated communication control system and mobilising solution. The main deliverables of the Solution will include the following: •Provision of all hardware, including but not limited to workstation and server based hardware; •Provision of the Core Command and Control Software; •Provision of resilience / fall back arrangements by way of establishing a Secondary Control location; •Design, development, implementation, configuration, testing, user transition and training; •Provision of maintenance and support services throughout the life of the contract; and •Provision of a new Incident Reporting System (IRS)
Published: 18/06/2020 10:24

View Full Notice

UK-Bedford: Installation services of communications equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Bedfordshire Fire and Rescue Authority
       92 Southfields Road, Kempston, Bedford, MK42 7NR, United Kingdom
       Tel. +44 1234845140, Email: procurement@bedsfire.gov.uk
       Contact: Elli Nikolaou
       Main Address: https://www.bedsfire.gov.uk/home.aspx, Address of the buyer profile: https://www.bedsfire.gov.uk/home.aspx
       NUTS Code: UKH24

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      Other activity: Emergency Services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Provision of a Replacement Integrated Communication Control System and Mobilising Solution            
      Reference number: BF0581

      II.1.2) Main CPV code:
         51300000 - Installation services of communications equipment.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Bedfordshire Fire and Rescue Service, trading as Bedfordshire Fire and Rescue Authority (the 'Authority'), is inviting expressions of interest from organisations wishing to enter into a contract for the design, implementation, installation and maintenance of a replacement integrated communication control system and mobilising solution.

The main deliverables of the Solution will include the following:
•Provision of all hardware, including but not limited to workstation and server based hardware;
•Provision of the Core Command and Control Software;
•Provision of resilience / fall back arrangements by way of establishing a Secondary Control location;
•Design, development, implementation, configuration, testing, user transition and training;
•Provision of maintenance and support services throughout the life of the contract; and
•Provision of a new Incident Reporting System (IRS)

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,759,855.33
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKH24 - Bedford
   
      Main site or place of performance:
      Bedford
             

      II.2.4) Description of the procurement: Bedfordshire Fire and Rescue Service, trading as Bedfordshire Fire and Rescue Authority (the 'Authority'), is inviting expressions of interest from suitably qualified organisations wishing to enter into a contract for the design, implementation, installation and maintenance of a replacement integrated communication control system and mobilising solution.

The main deliverables of the Solution will include the following:
•Provision of all hardware, including but not limited to workstation and server based hardware;
•Provision of the Core Command and Control Software;
•Provision of resilience / fall back arrangements by way of establishing a Secondary Control location at the Authority's Reference Site;
•Design, development, implementation, configuration, testing, user transition and training;
•Provision of maintenance and support services throughout the life of the contract; and
•Provision of a new Incident Reporting System (IRS)

During the contract term, the Solution will need to obtain ESN accreditation and smoothly and successfully transition from the current Airwave Tetra system to the Emergency Services Network.

The Authority is conducting this procurement under the Competitive Procedure with Negotiation (“CPN”) pursuant to Regulation 29 of the Public Contracts Regulations 2015, as amended. In the event the Authority exercises the right to award on the basis of initial tenders without negotiation as prescribed by Regulation 29. it is anticipated that the contract will be awarded in January 2020 and the formal Services Phase shall commence on 14th January 2020 for a period of five (5) years from the Go Live Date with an option to extend for any period or periods of up to four (4) years in twelve (12) or twenty-four (24) month blocks, such extension to be exercised at the Authority’s discretion.

The Authority has set an overall affordability envelope for the delivery of the Contract. Submissions with a Total Whole Life Cost over the initial five (5) year contract term in excess of £1.8m will be disqualified.

The Authority is not prescribing any specific technologies and / or hosting arrangements and as such all technical solutions put forward will be considered, providing they are capable of meeting the Authority's requirements.

The Authority is procuring this contract on the basis of an outcomes-based specification with the view of encouraging innovative solutions and ensuring that continuous improvement and further technological development can be achieved during the contract term.

The Authority reserves its position as to whether it will (or not) enter into contractual arrangements. Subsequently, the publication of the Selection Questionnaire Instructions Pack and the Invitation to Submit Initial Tenders (ISIT) Pack in no way commits the Authority to enter into any contractual relationship with the Bidders or any other party.

The Authority reserves the right to:
- cancel, postpone, suspend or abort the selection and evaluation process at any stage of this procurement in its entirety;
- vary the Project timetable or procurement process, including without limitation, to introduce further submission requirements; and
- amend, vary or digress from the process set out in the ISIT Pack. In the event of any change to the process, the Authority will inform all Bidders of the change.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality (Technical Quality Questions and Scenario Testing / Weighting: 70
                  
      Cost criterion - Name: Price (Whole Life Costs) / Weighting: 30
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:In the event the Authority exercises the right to award on the basis of initial tenders without negotiation as prescribed by Regulation 29 of the Public Contract Regulations 2015, as amended, it is anticipated that the contract will be awarded in January 2020 and the formal Services Phase shall commence on 14th January 2020 for a period of five (5) years from the Go Live Date (14th January 2021) with an option to extend for any period or periods of up to four (4) years in twelve (12) or twenty-four (24) month blocks, such extension to be exercised at the Authority’s discretion.

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Y4A5FXQUEN


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 70-165196
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: BF0581    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/06/2020

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Airwave Solutions Limited, 03985643
             Nova South, 160 Victoria Street, London, SW1E 5LB, United Kingdom
             Tel. +44 1234845140, Email: procurement@bedsfire.gov.uk
             NUTS Code: UKH24
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 1,759,855.33
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  Proportion: 46%                   
         Short description of the part of the contract to be subcontracted:
          Provision, support and maintenance of the CAD and IRS elements of the contract by 3TC.          
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: Y4A5FXQUEN Please ensure you follow any instruction provided to you here.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=502018588

   VI.4) Procedures for review

      VI.4.1) Review body
          Bedfordshire Fire and Rescue Authority
          92 Southfields Road, Kempston, Bedford, MK42 7NR, United Kingdom
          Tel. +44 1234845023, Email: procurement@bedsfire.gov.uk
          Internet address: https://www.bedsfire.gov.uk/home.aspx

      VI.4.2) Body responsible for mediation procedures
          Bedfordshire Fire and Rescue Authority
          92 Southfields Road, Kempston, Bedford, MK42 7NR, United Kingdom
          Tel. +44 1234845023, Email: procurement@bedsfire.gov.uk
          Internet address: https://www.bedsfire.gov.uk/home.aspx

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Reviews and appeals will be referred to the Bedfordshire Fire and Rescue Service Assistant Chief Fire Officer or the Deputy Chief Fire Officer.

The procurement, negotiations and any resulting contract will be subject to English law and the exclusive jurisdiction of the English courts.

      VI.4.4) Service from which information about the review procedure may be obtained
          Bedfordshire Fire and Rescue Authority
          92 Southfields Road, Kempston, Bedford, MK42 7NR, United Kingdom
          Tel. +44 1234845023, Email: procurement@bedsfire.gov.uk
          Internet address: https://www.bedsfire.gov.uk/home.aspx

   VI.5) Date of dispatch of this notice: 18/06/2020




View any Notice Addenda

View Award Notice