Tender

WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)

WARWICKSHIRE COUNTY COUNCIL

This public procurement record has 2 releases in its history.

TenderAmendment

03 Aug 2021 at 09:14

Tender

27 Jul 2021 at 14:19

Summary of the contracting process

Warwickshire County Council, acting as the lead authority in collaboration with the Northamptonshire Fire and Rescue Authority, is conducting a procurement process for the replacement of key control room systems for both the Warwickshire Fire and Rescue Service (WFRS) and Northamptonshire Fire and Rescue Service (NFRS). The tender, titled "WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)", falls within the goods procurement category and involves an open procedure due above the threshold. The procurement stage is currently active, with a tender period ending on 20th September 2021. The expected contract duration spans from 7th February 2022 to 6th February 2027, with an estimated budget ranging between £3.395 million and £3.745 million for the entire contract period, aiming for operational efficiencies and ESN compliance.

This tender presents significant opportunities for businesses, particularly those specialising in cloud-based command and control systems, communications technology, and software development. Companies that can provide innovative, flexible, and scalable solutions that ensure inter-operability and data security between the two fire services will find themselves well-suited to compete. Small and medium-sized enterprises (SMEs) are encouraged to participate, as they may fulfil the requirement for competitive pricing and tailored solutions that meet the specific needs of both WFRS and NFRS, increasing the chance for business growth in the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)

Notice Description

Warwickshire County Council (the Council) and The Police, Fire and Crime Commissioner for Northamptonshire acting as the Northamptonshire Fire and Rescue Authority (NFRA) are seeking to replace their key control room systems for Warwickshire Fire and Rescue Service (WFRS) and Northamptonshire Fire and Rescue Service (NFRS). The Council will be acting as lead Authority and managing the procurement process for both Authorities. The successful Applicant will enter into two contracts, one with the Council and one with NFRA. In summary the systems to be replaced are the Communications and Control System (ICCS) and the Command and Control/Dispatch System (CAD). WFRS and NFRS require a cloud based command and control mobilising system (with integrated ICCS/CAD functionality) that allows for inter-operability, for service wide deployment, through a mobile and web-based version. WFRS and NFRS are seeking a flexible portable system that can be used from multiple secure sites. The solution delivered will allow for inter-operability with WFRS & NFRS. The inter-operable solution will provide separate instances for each services with access to each others. If either service terminates its agreement with the Supplier, the remaining service should not be able to access the separate data of the departing customer. For both WFRS and NFRS the systems need to be fully live by the end of 2022, preferably with the ICCS element going live first (if this is possible). To ensure that the system procured meets expectations NFRS/WFRS are committed to getting the best possible system to suit its needs whilst ensuring that any system will be fully ESN compliant. The available combined budget envelope for the joint system is estimated as being PS3.395m for the 5 years to PS3.745m over the whole contract period i.e. 7 years with upper end of the budget looking for a solution that exceeds our requirements and provides operational efficiencies. Bids that exceed these budgetary ranges may be disqualified from the procurement process. The Council and NFRA also reserve the right to only award a contract for one service if a bid exceeds a services capital budget element. Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is: www.csw-jets.co.uk Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSWJETS correspondence function. If you are having trouble registering with CSW-JETS please email us at: procurement@warwickshire.gov.uk Providers must register on CSW-JETS and express an interest in this project and be able to correspond with us about this procurement. Additional information: Further details are included in the ITT and Appendices. Initial term 5 years (from go-live) - however the Council and NFRA reserve the right to extend their respective contracts by further successive periods up to a maximum available extension period of 24 months at the discretion of the Council and NFRA based on their future requirements and contract performance of the successful Applicant. The decision to extend may be taken independently and result in only one party deciding to extend their contract. During the course of the contract period the range and scope of all these services may be subject to modification and variation to meet the changing needs and requirements of both the Council and NFRA, potential changes in legislation and the changing demands placed on the Council and NFRA by their customers and residents. Examples of these are listed in the ITT.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2e286326-5aff-415c-bf45-bd2830970d8e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/8bff770c-4c77-4f1b-8b0b-53277db508d3
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

35 - Security, fire-fighting, police and defence equipment

42 - Industrial machinery

48 - Software package and information systems


CPV Codes

32573000 - Communications control system

35710000 - Command, control, communication and computer systems

42961000 - Command and control system

48000000 - Software package and information systems

Notice Value(s)

Tender Value
£3,745,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Aug 20214 years ago
Submission Deadline
20 Sep 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
7 Feb 2022 - 6 Feb 2027 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WARWICKSHIRE COUNTY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WARWICK
Postcode
CV34 4RL
Post Town
Coventry
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG1 Herefordshire, Worcestershire and Warwickshire
Small Region (ITL 3)
TLG13 Warwickshire CC
Delivery Location
TLF East Midlands (England), TLG West Midlands (England)

Local Authority
Warwick
Electoral Ward
Warwick Saltisford
Westminster Constituency
Warwick and Leamington

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-2e286326-5aff-415c-bf45-bd2830970d8e-2021-08-03T10:14:10+01:00",
    "date": "2021-08-03T10:14:10+01:00",
    "ocid": "ocds-b5fd17-2e286326-5aff-415c-bf45-bd2830970d8e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "00012007",
        "title": "WFRS & NFRS Control Room Systems Replacement (Integrated ICCS & CAD)",
        "description": "Warwickshire County Council (the Council) and The Police, Fire and Crime Commissioner for Northamptonshire acting as the Northamptonshire Fire and Rescue Authority (NFRA) are seeking to replace their key control room systems for Warwickshire Fire and Rescue Service (WFRS) and Northamptonshire Fire and Rescue Service (NFRS). The Council will be acting as lead Authority and managing the procurement process for both Authorities. The successful Applicant will enter into two contracts, one with the Council and one with NFRA. In summary the systems to be replaced are the Communications and Control System (ICCS) and the Command and Control/Dispatch System (CAD). WFRS and NFRS require a cloud based command and control mobilising system (with integrated ICCS/CAD functionality) that allows for inter-operability, for service wide deployment, through a mobile and web-based version. WFRS and NFRS are seeking a flexible portable system that can be used from multiple secure sites. The solution delivered will allow for inter-operability with WFRS & NFRS. The inter-operable solution will provide separate instances for each services with access to each others. If either service terminates its agreement with the Supplier, the remaining service should not be able to access the separate data of the departing customer. For both WFRS and NFRS the systems need to be fully live by the end of 2022, preferably with the ICCS element going live first (if this is possible). To ensure that the system procured meets expectations NFRS/WFRS are committed to getting the best possible system to suit its needs whilst ensuring that any system will be fully ESN compliant. The available combined budget envelope for the joint system is estimated as being PS3.395m for the 5 years to PS3.745m over the whole contract period i.e. 7 years with upper end of the budget looking for a solution that exceeds our requirements and provides operational efficiencies. Bids that exceed these budgetary ranges may be disqualified from the procurement process. The Council and NFRA also reserve the right to only award a contract for one service if a bid exceeds a services capital budget element. Warwickshire County Council will be using its e-tendering system (CSW-JETS) for the administration of this procurement process. Providers must register with the system to be able to express an interest and download documents. The web address for CSW-JETS is: www.csw-jets.co.uk Registration and use of CSW-JETS is free. All correspondence or clarifications relating to this procurement must be via the CSWJETS correspondence function. If you are having trouble registering with CSW-JETS please email us at: procurement@warwickshire.gov.uk Providers must register on CSW-JETS and express an interest in this project and be able to correspond with us about this procurement. Additional information: Further details are included in the ITT and Appendices. Initial term 5 years (from go-live) - however the Council and NFRA reserve the right to extend their respective contracts by further successive periods up to a maximum available extension period of 24 months at the discretion of the Council and NFRA based on their future requirements and contract performance of the successful Applicant. The decision to extend may be taken independently and result in only one party deciding to extend their contract. During the course of the contract period the range and scope of all these services may be subject to modification and variation to meet the changing needs and requirements of both the Council and NFRA, potential changes in legislation and the changing demands placed on the Council and NFRA by their customers and residents. Examples of these are listed in the ITT.",
        "datePublished": "2021-07-27T15:19:30+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "32573000",
            "description": "Communications control system"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "35710000",
                "description": "Command, control, communication and computer systems"
            },
            {
                "scheme": "CPV",
                "id": "42961000",
                "description": "Command and control system"
            },
            {
                "scheme": "CPV",
                "id": "48000000",
                "description": "Software package and information systems"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 3395000,
            "currency": "GBP"
        },
        "value": {
            "amount": 3745000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2021-09-20T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-02-07T00:00:00Z",
            "endDate": "2027-02-06T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/8bff770c-4c77-4f1b-8b0b-53277db508d3",
                "datePublished": "2021-07-27T15:19:30+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2021-08-03T10:14:10+01:00"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/9eBwYZbU",
            "name": "Warwickshire County Council",
            "identifier": {
                "legalName": "Warwickshire County Council",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/9eBwYZbU"
            },
            "address": {
                "streetAddress": "Warwickshire County Council, Shire Hall, Market Place",
                "locality": "Warwick",
                "postalCode": "CV34 4RL",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "John Hopper",
                "email": "procurement@warwickshire.gov.uk",
                "telephone": "01926412341"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/9eBwYZbU",
        "name": "Warwickshire County Council"
    }
}