Notice Information
Notice Title
TVFCS Command & Control
Notice Description
Thames Valley Fire Control Service (TVFCS) is initiating a Competitive Flexible Procedure procurement for the replacement of its Command & Control (C&C) system. TVFCS is a tri-service collaboration between Oxfordshire Fire & Rescue Service, Buckinghamshire Fire & Rescue Service, and Royal Berkshire Fire & Rescue Service. Oxfordshire County Council are undertaking this procurement on behalf of the other Fires Services. Since becoming operational in 2015, TVFCS has provided a critical shared emergency control room service, handling 999 calls and mobilising resources across the Thames Valley region, serving a population of approximately 2.5 million residents. The current C&C system (NEC Vision Computer Aided Dispatch (CAD) and DS3000 Integrated Communication Control System (ICCS)) is approaching end-of-life, with key infrastructure components due to become unsupported by 2029. The replacement project seeks to ensure continuity of statutory emergency response services, enhance operational resilience, and support future innovation through a modern, modular solution. Contract start date is targeted to be 19th October 2026 followed by a period of transition with a Service Commencement Date of no-later than 1/4/28 Pricing submitted must be for a 10year period commencing from a targeted contract start date of 19/10/26 and include the initial period of 7years + 3 optional extensions. All Stage 2 questions shall be evaluated using a Price per Quality Point PQP methodology which is further described in the ITT. For avoidance of doubt, Submitted Price means the total whole-life price for the full Contract Term, including any optional extensions, implementation, licences/subscriptions, support, hosting and dual running as specified in the pricing template. PQP shall be calculated to two decimal places using standard rounding. In the event of a tie, ranking will be determined by: (1) higher Total Quality Score; then (2) higher Core Quality score; then (3) lower Submitted Price. The Price per Quality Point (PQP) is calculated as: Submitted Price / Total Quality Score (TQS) = PQP
Lot Information
Lot 1
Renewal: The new TVFCS Command & Control contract will include optional extension periods to ensure long term service continuity and alignment with the operational requirements of the three Fire & Rescue Services. The initial contract term 7 years will be followed by 1+1+1 years extension options, enabling TVFCS to retain the supplier's solution beyond the core term where performance, value for money, and operational stability justify continuation. These extensions provide flexibility while ensuring the Authority retains full commercial control throughout the contract lifecycle.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-065ee8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018179-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £11,000,000 £10M-£100M
- Lots Value
- £11,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Feb 2026Yesterday
- Submission Deadline
- 25 Mar 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 18 Oct 2026 - 18 Oct 2033 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- OXFORDSHIRE 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
- OXFORD
- Postcode
- OX1 1ND
- Post Town
- Oxford
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ14 Oxfordshire CC
- Delivery Location
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
-
- Local Authority
- Oxford
- Electoral Ward
- Osney & St Thomas
- Westminster Constituency
- Oxford West and Abingdon
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/018179-2026
28th February 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-065ee8-2026-02-28T21:59:11Z",
"date": "2026-02-28T21:59:11Z",
"ocid": "ocds-h6vhtk-065ee8",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PZNW-8281-MHNM",
"name": "Oxfordshire County Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PZNW-8281-MHNM"
},
"address": {
"streetAddress": "County Hall, New Rd",
"locality": "Oxford",
"postalCode": "OX1 1ND",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ14"
},
"contactPoint": {
"name": "Mr Martin Hall",
"email": "ProcurementandContractManagement.Enquiries@Oxfordshire.gov.uk",
"telephone": "+447889164706"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.oxfordshire.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PZNW-8281-MHNM",
"name": "Oxfordshire County Council"
},
"tender": {
"id": "DN787666 / I-4133",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "TVFCS Command & Control",
"description": "Thames Valley Fire Control Service (TVFCS) is initiating a Competitive Flexible Procedure procurement for the replacement of its Command & Control (C&C) system. TVFCS is a tri-service collaboration between Oxfordshire Fire & Rescue Service, Buckinghamshire Fire & Rescue Service, and Royal Berkshire Fire & Rescue Service. Oxfordshire County Council are undertaking this procurement on behalf of the other Fires Services. Since becoming operational in 2015, TVFCS has provided a critical shared emergency control room service, handling 999 calls and mobilising resources across the Thames Valley region, serving a population of approximately 2.5 million residents. The current C&C system (NEC Vision Computer Aided Dispatch (CAD) and DS3000 Integrated Communication Control System (ICCS)) is approaching end-of-life, with key infrastructure components due to become unsupported by 2029. The replacement project seeks to ensure continuity of statutory emergency response services, enhance operational resilience, and support future innovation through a modern, modular solution. Contract start date is targeted to be 19th October 2026 followed by a period of transition with a Service Commencement Date of no-later than 1/4/28 Pricing submitted must be for a 10year period commencing from a targeted contract start date of 19/10/26 and include the initial period of 7years + 3 optional extensions. All Stage 2 questions shall be evaluated using a Price per Quality Point PQP methodology which is further described in the ITT. For avoidance of doubt, Submitted Price means the total whole-life price for the full Contract Term, including any optional extensions, implementation, licences/subscriptions, support, hosting and dual running as specified in the pricing template. PQP shall be calculated to two decimal places using standard rounding. In the event of a tie, ranking will be determined by: (1) higher Total Quality Score; then (2) higher Core Quality score; then (3) lower Submitted Price. The Price per Quality Point (PQP) is calculated as: Submitted Price / Total Quality Score (TQS) = PQP",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UKJ1",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 13200000,
"amount": 11000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Thames Valley Fire Control Service (TVFCS) is initiating a Competitive Flexible Procedure procurement for the replacement of its Command & Control (C&C) system. TVFCS is a tri-service collaboration between Oxfordshire Fire & Rescue Service, Buckinghamshire Fire & Rescue Service, and Royal Berkshire Fire & Rescue Service. Oxfordshire County Council are undertaking this procurement on behalf of the other Fires Services. Since becoming operational in 2015, TVFCS has provided a critical shared emergency control room service, handling 999 calls and mobilising resources across the Thames Valley region, serving a population of approximately 2.5 million residents. The current C&C system (NEC Vision Computer Aided Dispatch (CAD) and DS3000 Integrated Communication Control System (ICCS)) is approaching end-of-life, with key infrastructure components due to become unsupported by 2029. The replacement project seeks to ensure continuity of statutory emergency response services, enhance operational resilience, and support future innovation through a modern, modular solution. The Competitive Flexible Procedure being used for this initiative is a multi stage process. There are no restrictions on Tenderers applying other than they must satisfy the checks identified in Stage 1 of the procurement. The issuer of this Tender and related Fire Authorities who are contracting under this initiative undertook a series of market awareness events and also published notices required by the PA2023 Act on the Central Digital Platform (CDP) in advance of this UK4 notice Full details of the various stages of this procurement, including stage 1 are including in the Tender documentation published on the e-tendering portal that is being used. See https://sebp.due-north.com/ and associated reference DN787666 Stage 1 - participation stage: as defined in the ITT Pass/fail eligibility and compliance checks, including exclusion or debarment checks and any mandatory requirements. For the avoidance of doubt, Appendix 4 Procurement Specific Questionnaire Section 4 of the ITT comprises minimum technical requirements (pass/fail) and is treated as a published Stage 1 requirement, distinct from supplier conditions of participation under Section 22. Financial Capacity checks will also be undertaken in this Stage 1 and TVFCS may also Pass with Mitigation following clarification with Tenderers. Where a Tenderer is assessed as \"Pass with Mitigation\" at Stage 1, this shall be limited to clarification of existing information or confirmation of proportionate risk mitigations. This will not permit the Tenderer to materially alter its submission or improve its competitive position. These Financial Capacity checks shall be undertaken by reference to the contents of Appendix 7 - financial capacity checks within the ITT. This Stage 1 will provide initial detail and criteria for subsequent stages. An optional question has been included in Appendix 5 - Response pack (Question 1) within the ITT in the event that the Tenderer wishes to provide additional and/or replacement financial information to that available in their latest and full set of published accounts. Please note the initial ITT will include all documents required for Stage1. Appendix 3 - Contract will be issued at Stage 2. Existing instructions for Tenderers participating in Stage 3 may be updated to reflect changed logistics for undertaking the demonstration. TVFCS will alert any remaining Tenderers if a Stage 4 is to be held The contract is targeted to start 19/10/26 followed by a period of transition and a target Service Commencement date of 1/4/2028 or before as agreed by the parties. The 7 year period commences from 19/10/2026 For the avoidance of doubt the Contract has an initial period of 7 years followed by optional extensions of 3 further years giving a total contract length of 10years . Tenderers must submit pricing for the maximum 10yr period."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "The initiating authority uses an e-tendering portal called Proactis which is hosted on the South east business portal. The ITT documentation will be published on this platformSee https://sebp.due-north.com/ and associated reference DN787666The ITT which can be downloaded from the above url provides instructions regarding the documentation that is to be returned with the Tenderers submission at Stage 1 of this Competitive Flexible Procedure (CFP).Tenderers must complete Appendix 4- Procurement Specific Question; at Stage 1 of this tender. , Non-adherence with all ITT instructions and conditions. may deem a tender non compliant if instructions are not followed or documents are altered.. Tenderers may also complete Question 1 of Appendix 5 - Response Pack to offer updated an/or financial capacity data should they wish to do so.Appendix 2 - Information Management and Appendix - Conflict of interest should also be returned at Stage 1.The ITT document set will be updated and further instructions given to those Tenderers successful at Stage 1. Such instructions and updates will be issued via TVFCS e-tendering portalPrevious notices UK1 and UK2 related to this procurement can be found on the Central Digital Platform at https://www.find-tender.service.gov.uk/procurement/ocds-h6vhtk-058ae5",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-03-25T22:00:00Z",
"enquiryPeriod": {
"endDate": "2026-03-25T22:00:00Z"
},
"awardPeriod": {
"endDate": "2026-09-14T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 13200000,
"amount": 11000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "Stage 1 PSQ mandatory checks under PA2023. Fail any - eliminated. Financial Capacity Checks Pass/Pass with Mitigation/Fail Technical compliance Pass/Fail 2. Scored Evaluation (Stage 2) Quality (Total 100 points) * Core Quality (65) * Social Value (10) Demonstration (Stage 3a ) * Demonstration (20) Presentation (Stage 3b) * Presentation (5) Price: Price is not scored separately but evaluated via PQP (Price per quality point) = Submitted Price / Total Quality Score. Negotiation (Stage 4) (non-weighted) Top two suppliers. Non material changes only. Stage 5 - For preferred bidder and final financial due diligence will occur prior to award Minimum scoring thresholds apply as set out in ITT Section 6, including stage-specific minimum scores and the rule that any Tenderer scoring 2 or less in any evaluated stage will be excluded. Please note: Refinement Rules of award criteria Any refinement of award criteria will be undertaken strictly in accordance with section 24 of the Procurement Act 2023. Refinements will be limited to adding detail or sub criteria directly linked to the published award criteria and will not change the overall nature of the procurement. Weightings will not be changed unless an explicit numeric range has been published in advance.",
"criteria": [
{
"type": "price",
"name": "price",
"description": "Given the mission critical nature of an emergency control room C&C system, TVFCS has adopted a Price per Quality Point approach to ensure quality is not diluted by low price alone. PQP provides a transparent, auditable ratio that compares total whole life price to the overall assessed quality (TQS), enabling TVFCS to identify the Most Advantageous Tender where resilience, security, and operational performance are paramount. Price is evaluated via PQP ratio (not separately scored); For avoidance of doubt: Price whilst price is not separately scored; it directly affects the ranking through the Price per Quality Point (PQP) calculation. TVFCS will calculate PQP consistently for all Tenderers as Submitted Price / Total Quality Score (TQS). The Tender with the lowest PQP will be ranked highest for value for money, subject to meeting all minimum thresholds and compliance requirements. Submitted Price means the total whole-life price for the full Contract Term, including any optional extensions, implementation, licences/subscriptions, support, hosting and dual running as specified in the pricing template. PQP shall be calculated to two decimal places using standard rounding. In the event of a tie, ranking will be determined by: (1) higher Total Quality Score; then (2) higher Core Quality score; then (3) lower Submitted Price. The Price per Quality Point (PQP) is calculated as: Submitted Price / Total Quality Score (TQS) = PQP"
},
{
"type": "quality",
"name": "Quality",
"description": "There are 13 specific requirements and 7 operational scenario which will be assessed at Stage 2.using the scoring methodology defined in the ITT pack. A minimum score is defined Tenderers identified as being successful at Stage 2 will be invited to demonstrate/present their solution at Stage 3. This activity will also be scored using the methodology in the ITT. pack and minimum scoring will apply"
},
{
"type": "quality",
"name": "Social Value",
"description": "The ITT includes a set of questions pertaining to Social Value. This will be evaluated by reference to the scoring methodology in the ITT pack. A minimum scoring threshold applies"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Tenderers must at Stage 1 - participation complete Appendix 4 - Procurement Specific questionnaire and provide responses to the questions, including those that will provide details of Legal Capacity Appendix 7 - Financial Capacity contains details of the Financial Capacity tests that TVFCS will undertake at Stage 1 - participation,"
},
{
"type": "technical",
"description": "Tenderers must demonstrate proven technical competence in delivering mission critical Command & Control (C&C) solutions for emergency services. TVFCS requires evidence that Tenderers have successfully deployed critical control systems using IT products and services suitable for blue light operations. Stage 1 includes (a) conditions of participation checks (PSQ Parts 1-3) and (b) a separate minimum technical compliance gate (PSQ Section 4 / Appendix 1), assessed pass/fail. Tenderers must demonstrate capability to deliver an output based, operationally critical solution that aligns with TVFCS's requirements gathering process. The solution must be technically robust, resilient, and capable of supporting operational scenarios that will be assessed in later evaluation stages Tenderers must also demonstrate their ability to support blue light technical standards, including resilience, security, interoperability, and performance requirements essential to emergency control room environments. These capabilities must be evidenced through their technical submission and responses to the ITT. Finally, Tenderers must comply with all technical submission instructions. Any alteration to technical documents or failure to follow ITT requirements may render a submission non compliant."
},
{
"description": "There are no limits for compliant Tenderers at Stage 1 A maximum of 3 Tenders will be selected from Stage 2 to participate in Stage3 based on their respective PQP scores. (Lowest is best) If Stage 4 is operated than only 2 Tenderers will proceed to Stage 4 from Stage 3 based on their PQP scores (Lowest is best)",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2026-10-19T00:00:00+01:00",
"endDate": "2033-10-18T23:59:59+01:00",
"maxExtentDate": "2036-10-18T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The new TVFCS Command & Control contract will include optional extension periods to ensure long term service continuity and alignment with the operational requirements of the three Fire & Rescue Services. The initial contract term 7 years will be followed by 1+1+1 years extension options, enabling TVFCS to retain the supplier's solution beyond the core term where performance, value for money, and operational stability justify continuation. These extensions provide flexibility while ensuring the Authority retains full commercial control throughout the contract lifecycle."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "018179-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018179-2026",
"datePublished": "2026-02-28T21:59:11Z",
"format": "text/html"
}
]
},
"language": "en"
}