[TedS09F15VoluntaryExAnteTransp]

[Information]

[Published]

[DateDispatch]: 1.8.2019

[ExternalReference]: 2019-550831

[TedReference]: 2019/S 150-370970

[TedS09F15VoluntaryExAnteTransp]

Voluntary ex ante transparency notice

Services

Directive 2014/24/EU

Section I: Contracting authority/entity

I.1)

Name and addresses

NW FIRECONTROL LIMITED
06314891
North West Fire Control, Lingley Mere Business Park, Lingley Green Avenue
Warrington
WA5 3UZ
UK
Contact person: Laura Edwards
Telephone: +44 1606363853
Internet address(es):
Address of the buyer profile: http://www.cheshire.police.uk

I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of a Mobilising System Solution and Associated Support and Maintenance on behalf of NW Firecontrol Ltd
Reference number:  CPA/SPU/1029F
II.1.2)

Main CPV code

42960000  -  Command and control system, printing, graphics, office automation and information-processing equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Provision of a Mobilising System Solution and Associated Support and Maintenance for NW Firecontrol Ltd.
This contract is being procured by the joint Cheshire Constabulary and Cheshire Fire and Rescue Authority Strategic Procurement Unit on behalf of NW Firecontrol Ltd.
The contract will operate directly between the supplier and NW Firecontrol Ltd.
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  2500000.00  GBP
II.2)

Description

II.2.2)

Additional CPV code(s)

42960000  -  Command and control system, printing, graphics, office automation and information-processing equipment
42961000  -  Command and control system
42961400  -  Dispatch system
II.2.3)

Place of performance

Main site or place of performance:  
Winsford. CW7 2UA
II.2.4)

Description of the procurement

Provision of a Mobilising System Solution Support and Maintenance for the command and control centre for four North West based fire authorises which is operated by their wholly owned company NW Firecontrol Limited.
The contract will operate directly between the supplier and NW Firecontrol Ltd.
II.2.11)

Information about options

Options: no
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

Provision of a Mobilising System Solution Support and Maintenance for the command and control centre for four North West based fire authorises which is operated by their wholly owned company NW Firecontrol Limited.
The contract will operate directly between the supplier and NW Firecontrol Ltd.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure without prior publication
  • The works, supplies or services can be provided only by a particular economic operator for the following reason
    • absence of competition for technical reasons
Explanation
It is the intention of NW Firecontrol Limited to award a 36 month support and maintenance contract, with the option to extend for two periods of 12 months, to telent Technology Services Limited under section 32(2)(b)(ii) of the Public Contracts Regulations 2015 as it is believed that the services can be supplied only by telent Technology Services Limited on the basis that competition is absent for technical reasons and in order to protect intellectual property rights. No reasonable alternative or substitute exists and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement.
The design, know-how, database rights and applications associated to the current Mobilising System Solution used by NW Firecontrol Limited belongs to telent Technology Services Limited and constitutes part of their intellectual property rights. The structure of the delivery of the solution with the sub-contractors (Integraph (UK) Limited and Frequentis AG) is a bespoke relationship between these operators when delivering and maintaining a Mobilising System Solution to Fire Authorities in the North of the United Kingdom.
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

Section V: Award of contract/concession

Contract No: CPA/SPU/1029F

Title: Provision of a Mobilising System Solution and Associated Support and Maintenance for NW Firecontrol

V.2)

Award of contract/concession

V.2.1)

Date of conclusion of the contract/concession award decision

01/08/2019
V.2.2)

Information about tenders

The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor/concessionaire

telent Technology Services Limited
703317
Point 3, Haywood Road,
Warwick
CV345AH
UK
Telephone: +44 1926693000
Internet address: www.telent.com

The contractor/concessionaire will be an SME : no
V.2.4)

Information on value of the contract/lot/concession (excluding VAT)

Initial estimated total value of the contract/lot/concession:  2500000.00  GBP
Total value of the contract/lot/concession:  2500000.00  GBP
V.2.5)

Information about subcontracting

The contract/lot/concession is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion:  68 %
Short description of the part of the contract to be subcontracted:  
50% will be sub-contracted to Intergraph (UK) Limited for consultancy, software development and maintenance services.
18% will be sub-contracted to Frequentis AG for consultancy, software development and maintenance services.

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Manchester
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with regulation 99(3) of the Public Contracts Regulations 2015, NW Firecontrol Limited will not enter into the contract before the end of a period of at least 10 days beginning with the day after the date on which this voluntary transparency notice is published in the Official Journal. This 10-day standstill period provides time for economic operators to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide remedies under statute for aggrieved parties.