Contract notice

Information

Published

Date of dispatch of this notice: 17/09/2015

Expire date: 19/10/2015

External Reference: 2015-524511

TED Reference: 2015/S 183-332545

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

North Wales Fire and Rescue Service
n/a
Ffordd Salesbury, St Asaph Business Park, St Asaph,
LL17 0JJ  Denbighshire,
UK
For the attention of: Procurement Department
Telephone: +44 1492804247
E-mail: procurement@nthwales.pnn.police.uk
Internet address(es):
General address of the contracting authority: http://www.nwales-fireservice.org.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/33183
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13488&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13488&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: 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)

Type of contract and location of works, place of delivery or of performance

Services
    Category No7:  Computer and related services
    Main site or location of works, place of delivery or of performance:

    Colwyn Bay, North Wales

    NUTS code
    Conwy and Denbighshire
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    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 three 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 preplanning, 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.

    Provide suitable and effective planning and reporting systems for current and future needs. Deliver a software only based solution (as far a s 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)

    Main vocabulary
    72000000   IT services: consulting, software development, Internet and support
    Supplementary vocabulary
    72200000   Software programming and consultancy services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Estimated cost excluding VAT
    Range: between  750000  and 200000000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 060 (from the award of the contract)

    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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    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 Euros should it so wish to at a future date.

    The PCC shall pay undisputed sums due to the Contractor in cleared funds within thirty [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 group of economic operators 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

    The performance of the contract is subject to particular conditions: yes
    Description of particular conditions: 

    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:

    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 ability

    Information and formalities necessary for evaluating if the requirements are met:

    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

    Minimum level(s) of standards possibly required:
    III.2.3)

    Technical 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.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

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

    Envisaged minimum number  3  and  maximum number  5
    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 & 5th highest submission will also be invited.

    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    NWFRS21659

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    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(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union 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,
    LL17 0JJ  Denbighshire
    UK
    E-mail: sarah.roberts@nwales-fireservice.org.uk
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

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