HCC02/23- Provision of Mobilising System for Fire Control Collaboration

A Tender Notice
by HERTFORDSHIRE COUNTY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
5 year
Value
£4M
Sector
DEFENCE
Published
13 Feb 2023
Delivery
To 03 Nov 2028 (est.)
Deadline
22 Mar 2023 12:00

Concepts

Location

East of England: Hertfordshire and Norfolk

Geochart for 1 buyers and 0 suppliers

Description

Hertfordshire County Council (the ‘Council’) wishes to establish a resilient, futureproofed mobilising solution to the Fire Control Collaboration.

Total Quantity or Scope

Hertfordshire County Council (hereinafter referred to as the ‘Council’) is seeking to procure a resilient, futureproofed mobilising solution to the Fire Control Collaboration which enables Fire and Rescue services to provide a high-quality response individually and collectively to incidents protecting lives and property. This solution should also be responsive to emerging technologies and act as a driver to continued service improvement. BackgroundThe Fire Control Collaboration (F C C) is a partnership of two Fire and Rescue Services ( Hertfordshire and Norfolk) which has been established to deliver a technologically advanced and resilient control room function across the partner services and provide the opportunity for efficiencies.There are currently two member organisations:- Hertfordshire Fire and Rescue Service – covers the full county of Hertfordshire. The Service Headquarters is located in Hertford whilst the Training Fire Control Centre is located in Stevenage. It is administered by a Fire Authority which is an internal part of Hertfordshire County Council.- Norfolk Fire and Rescue Service – falls under Norfolk County Council and covers the full county of Norfolk with a Headquarters in WymondhamThe Partnership currently functions as follows:- A common technical and communications infrastructure, (including supporting software solutions)- A common rationalised mobilising system architecture split over two resilient data centres, utilising a single mobilising system, supporting the two Fire and Rescue Services (FRS)- Fall-back/remote buddying/resilience arrangements- A Control Room mobilising capability within each FRS to support Service specific ‘in-scope’ activity and command support- An enabling framework for common Control Room operating procedures and ways of working to support future mobilising and in-scope activity collaboration - An enabling framework for opportunities for future convergence of operational practices and ‘back office’ applications.The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term inclusive of the approximate value for extensions. For the avoidance of doubt, the minimum annual value of the contract will be set based on the initial cost and if appropriate the annual ongoing maintenance cost so will be higher during the initial stage. For example, if a bidder submits an initial cost of G B P 1,000,000 with G B P 400,000 per annum maintenance the minimum annual contract value will initially be set at G B P 1,000,000 falling to G B P 400,000 during the on-going maintenance stage. The Contract will be awarded for an initial term of 5 years, with the option to extend the Contract up to 3 years plus a further 3 years. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate.

Renewal Options

The contract will be awarded for an initial period of Five (5) years with the option to extend for a further Three (3) years plus Three (3) years. Therefore, the maximum duration of this contract could be Nine (11) years.

Award Criteria

Quality 60%
price 40%

CPV Codes

  • 75250000 - Fire-brigade and rescue services

Indicators

  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are not available.

Other Information

Further information in regard to this opportunity can be found in II.2.4) Description of the procurement field Organisations wishing to take part in this project are invited to ‘express interest’ which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above. ** PREVIEW NOTICE, please check Find a Tender for full details. ** Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This is a one stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract.

Reference

Domains