North West Fire Control has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | NWFC | Mobilising System Solution Procurement |
Notice type: | Contract Award Notice |
Authority: | North West Fire Control |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Computer Aided Despatch (CAD) and Integrated Communication Control System (ICCS) and associated Services |
Published: | 17/02/2025 15:08 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
North West Fire Control, 06314891
Lingley Mere Business Park, Lingley Green Avenue, Warrington, WA5 3UZ, United Kingdom
Tel. +44 813669410, Email: Stuart.Hill@nwfirecontrol.com
Main Address: https://www.nwfirecontrol.com/, Address of the buyer profile: www.nwfirecontrol.com
NUTS Code: UKD61
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: Yes
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Fire service activities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: NWFC | Mobilising System Solution Procurement
Reference number: Not Provided
II.1.2) Main CPV code:
72222300 - Information technology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Computer Aided Despatch (CAD) and Integrated Communication Control System (ICCS) and associated Services
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 15,275,577
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
35710000 - Command, Control, Communication and Computer systems.
42961000 - Command and control system.
II.2.3) Place of performance
Nuts code:
UKD61 - Warrington
Main site or place of performance:
Warrington
II.2.4) Description of the procurement: NW Firecontrol Limited ("NWFC") serves 5.5 million people over a geographical area of 5000 square miles. This primarily comprises the regions of; Cheshire, Cumbria, Greater Manchester and Lancashire, with the ability to support other control rooms in times of need. As the first port of call to the public, NWFC coordinates the Fire & Rescue Services' response ensuring incidents are logged and managed throughout.
The following provides an overview of NWFC's requirement:
The provision of a new Computer Aided Dispatch (CAD), which works in conjunction with the Integrated Communication Control System (ICCS), and its associated services.
Design, delivery and implementation of all software, hardware and data storage solutions (inclusive of planning, testing, security and upskilling) to provide control and mobilising capability across multiple geographical areas, considering remote accessibility and integration to existing Fire Authority infrastructure.
24/7, 365 days per year maintenance and support for all software, hardware and data storage solutions, inclusive of ongoing updates provided to keep pace with technological and service enhancements throughout the life of the contract.
Overarching data management process to include all Fire Authority and non-Fire Authority data sources (inclusive of legacy data where required). This will manage the segmentation (where needed) and delivery of data into the live operational systems provided by/interfaced with the solution.
The contract term is from 20 January 2025 to 10 July 2033 with optional 3 x 1 year extension periods after that to 10 July 2036.
Several of the award criteria set out at II.2.5 were further subdivided as follows:
Mobilising System Solution – Core Requirements:
-Core Functionality Requirements: 3%
-Interface Requirements: 5%
-Non-Functional Requirements: 2%
-Security and Cyber-security: 10%
Mobilising System Solution - Functional Requirements:
-Emergency Call Handling and Special Attendances (3.1): 1%
-Emergency Call Handling and Special Attendances (3.2): 1%
-Emergency Call Handling and Special Attendances (3.3): 1%
-Locations and Address Matching: 1%
-Pre-Determined Attendance (PDA) and Resource Proposal Outcomes (3.5): 1%
-Pre-Determined Attendance (PDA) and Resource Proposal Outcomes (3.6): 1%
-Pre-Determined Attendance (PDA) and Resource Proposal Outcomes (3.7): 1%
-Incident Management: 1%
-Resource Management (3.9): 1%
-Resource Management (3.10): 1%
-Resource Management (3.11): 1%
-Call Functionality: 1%
-Radio Functionality: 1%
-User Functionality – System Solution Configuration: 1%
-Monitoring and Auditing: 1%
-Administration: 1%
-Incident Record Outcomes: 1%
-Incident Management: 1%
-Recording and Playback: 1%
-Maps, Gazetteer and GIS: 1%
Management Requirements:
-Implementation and Project Management: 10%
-Business Continuity: 5%
-Support and Maintenance: 10%
-Training Requirement (4.4): 3%
-Training Requirement (4.5): 2%
Social Value:
-Innovation and disruptive technologies: 5%
-Tackling inequality in the contract workforce: 5%
II.2.5) Award criteria:
Quality criterion - Name: Mobilising System Solution - Descriptive Overview / Weighting: 20
Quality criterion - Name: Mobilising System Solution - Core Requirements / Weighting: 20
Quality criterion - Name: Mobilising System Solution - Functional Requirements / Weighting: 20
Quality criterion - Name: Management Requirements / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Quality Price Ratio (QPR) / Weighting: 0
II.2.11) Information about options
Options: Yes
Description of these options:NWFC may elect to extend the initial term of the contract by three 1-year extension periods from 10 July 2033. NWFC may require the Supplier to provide optional services, relating to: •changing the connection of the Mobilising System Solution from Airwave to ESN; •implementing an exit or partial exit of one or more of the Fire Authorities at the end of the initial term, whilst continuing to serve the remaining Fire Authorities for one or more extension periods.
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: A redacted copy of the Mobilising System Solution contract, entered into between NW Firecontrol Ltd and Frequentis (UK) Ltd on 20 January 2025, is being published for transparency, to reflect best practice and as envisaged in clause 20.2 of the contract, on the Authority website at www.nwfirecontrol.com, under ABOUT, Mobilising System Solution Contract.
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-003509
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: Not Provided
Lot Number: Not Provided
Title: NWFC | Mobilising System Solution Procurement
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/01/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
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)
Frequentis (UK) Limited, 02704890
Regal House, 70 London Road, Twickenham, TW1 3QS, United Kingdom
Internet address: https://www.frequentis.com/en
NUTS Code: UKJ2
The contractor is an SME: Yes
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: 15,275,577
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: Total value of the procurement: •£11,742,693 for the initial term to 10 July 2033; plus •£3,532,884 for operational services for the optional 3-year extension to 10 Jul 2036. Indexation will be applied from year 3 after the system goes live. NWFC did not reserve the possibility of awarding the contract, without negotiation, on the basis of initial tenders, of which three were received. Only one final tender was received. Approximately 45% of the contractual obligations are likely to be subcontracted to third parties.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=922705205
VI.4) Procedures for review
VI.4.1) Review body
NW Firecontrol Limited
North West Fire Control Lingley Mere Business Park, Lingley Green Avenue, Warrington, WA5 3UZ, United Kingdom
Tel. +44 813669410, Email: Sarah.Wilson@nwfirecontrol.com
Internet address: https://www.nwfirecontrol.com/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/02/2025