← Back to opportunities

TVFCS Command & Control

Oxfordshire County Council

Buyer Contact Info

Buyer Name: Oxfordshire County Council

Buyer Address: County Hall, New Rd, Oxford, UKJ14, OX1 1ND, United Kingdom

Contact Name: Mr Martin Hall

Contact Email: ProcurementandContractManagement.Enquiries@Oxfordshire.gov.uk

Contact Telephone: +447889164706

Buyer Name: Royal Berkshire Fire Authority

Buyer Address: Newsham Court, Reading, UKJ11, RG31 7SD, United Kingdom

Contact Email: procurementenquiries@rbfrs.co.uk

Show 1 more buyers

Buyer Name: Buckinghamshire & Milton Keynes Fire Authority

Buyer Address: Headquarters, Stocklake, Aylesbury, UKJ13, HP20 1BD, United Kingdom

Contact Email: procurement@bucksfire.gov.uk

Status
active
Procedure
selective
Value
11000000.0 GBP
Gross: 13200000 GBP
Published
13 Mar 2026, 16:53
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
services
CPV
72000000 - IT services: consulting, software development, Internet and support
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/023212-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 11,000,000

Lot 1 Value (Gross): GBP 13,200,000

Lot 1 Contract Start: 2026-10-19T00:00:00+01:00

Lot 1 Contract End: 2033-10-18T23:59:59+01:00

Lot 1 Award Criterion (price): price

Lot 1 Award Criterion (quality): Quality

Lot 1 Award Criterion (quality): Social Value

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PZNW-8281-MHNM",
    "name": "Oxfordshire County Council"
  },
  "date": "2026-03-13T16:53:24Z",
  "id": "023212-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-065ee8",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Oxford",
        "postalCode": "OX1 1ND",
        "region": "UKJ14",
        "streetAddress": "County Hall, New Rd"
      },
      "contactPoint": {
        "email": "ProcurementandContractManagement.Enquiries@Oxfordshire.gov.uk",
        "name": "Mr Martin Hall",
        "telephone": "+447889164706"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.oxfordshire.gov.uk"
      },
      "id": "GB-PPON-PZNW-8281-MHNM",
      "identifier": {
        "id": "PZNW-8281-MHNM",
        "scheme": "GB-PPON"
      },
      "name": "Oxfordshire County Council",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Reading",
        "postalCode": "RG31 7SD",
        "region": "UKJ11",
        "streetAddress": "Newsham Court"
      },
      "contactPoint": {
        "email": "procurementenquiries@rbfrs.co.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PGTB-9133-ZLDZ",
      "identifier": {
        "id": "PGTB-9133-ZLDZ",
        "scheme": "GB-PPON"
      },
      "name": "Royal Berkshire Fire Authority",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Aylesbury",
        "postalCode": "HP20 1BD",
        "region": "UKJ13",
        "streetAddress": "Headquarters, Stocklake"
      },
      "contactPoint": {
        "email": "procurement@bucksfire.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PVZZ-3255-ZQJH",
      "identifier": {
        "id": "PVZZ-3255-ZQJH",
        "scheme": "GB-PPON"
      },
      "name": "Buckinghamshire \u0026 Milton Keynes Fire Authority",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "The following update is provided to this notice\nContracting Authority and Beneficiaries\nAs previously stated in the original notice and ITT documentation, Oxfordshire County Council is conducting this procurement on behalf of Thames Valley Fire Control Service (TVFCS), a collaboration between:\n\u2022\tBuckinghamshire and Milton Keynes Fire Authority,\n\u2022\tOxfordshire County Council Fire Authority,\n\u2022\tRoyal Berkshire Fire Authority\nThe contract will be awarded for the benefit of all three Fire Authorities, who have jointly established TVFCS to deliver emergency call handling, mobilising, and resource management services across the Thames Valley region.\nBackground and Scope\nTVFCS operates as a tri-service partnership, serving approximately 2.5 million residents across Berkshire, Buckinghamshire, and Oxfordshire. The procurement is for the replacement of the Command \u0026 Control system, ensuring continuity of statutory emergency response services for all partner authorities.\nClarification\nFor the avoidance of doubt, Oxfordshire County Council acts as the lead contracting authority for this procurement, but the contract is intended to serve all three Fire Authorities as defined above.   Buckinghamshire and Milton Keynes Fire Authority and Royal Berkshire Fire Authority have therefore been added to the notice as Contracting Authorities and now co-exist with Oxfordshire County Council as advised in the initial notice\nNo other changes have been made to the notice",
        "id": "023212-2026"
      }
    ],
    "awardPeriod": {
      "endDate": "2026-09-14T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Thames Valley Fire Control Service (TVFCS) is initiating a Competitive Flexible Procedure procurement for the replacement of its Command \u0026 Control (C\u0026C) system. TVFCS is a tri-service collaboration between Oxfordshire Fire \u0026 Rescue Service, Buckinghamshire Fire \u0026 Rescue Service, and Royal Berkshire Fire \u0026 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\u0026C 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.\nContract 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\nPricing 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.\nAll Stage 2 questions shall be evaluated using a Price per Quality Point PQP methodology which is further described in the ITT.\nFor avoidance of doubt, Submitted Price means the total whole\u2011life 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.\nThe Price per Quality Point (PQP) is calculated as:\nSubmitted Price \u00f7 Total Quality Score (TQS) = PQP",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-03-13T16:53:24Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "023212-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/023212-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-03-25T22:00:00Z"
    },
    "expressionOfInterestDeadline": "2026-03-25T22:00:00Z",
    "id": "DN808581 / I-4133",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "IT services: consulting, software development, Internet and support",
            "id": "72000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKJ1"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Given the mission critical nature of an emergency control room C\u0026C 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.\nPrice is evaluated via PQP ratio (not separately scored);\nFor 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 \u00f7 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.\nSubmitted Price means the total whole\u2011life 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.\nThe Price per Quality Point (PQP) is calculated as:\nSubmitted Price \u00f7 Total Quality Score (TQS) = PQP",
              "name": "price",
              "type": "price"
            },
            {
              "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\nTenderers 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",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "The ITT includes a set of questions pertaining to Social Value.\nThis will be evaluated by reference to the scoring methodology in the ITT pack.\nA minimum scoring threshold applies",
              "name": "Social Value",
              "type": "quality"
            }
          ],
          "weightingDescription": "Stage 1\nPSQ mandatory checks under PA2023.\nFail any \u2192 eliminated.\nFinancial Capacity Checks\nPass/Pass with Mitigation/Fail\nTechnical compliance\nPass/Fail\n2. Scored Evaluation (Stage 2)\nQuality (Total 100 points)\n\u2022 Core Quality (65)\n\u2022 Social Value (10)\nDemonstration (Stage 3a )\n\u2022 Demonstration (20)\nPresentation (Stage 3b)\n\u2022 Presentation (5)\nPrice:  Price is not scored separately but evaluated via PQP (Price per quality point) = Submitted Price \u00f7 Total Quality Score.\nNegotiation (Stage 4) (non-weighted)\nTop two suppliers.\nNon material changes only.\nStage 5 - For preferred bidder and final financial due diligence will occur prior to award\nMinimum 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.\nPlease note: Refinement Rules of award criteria\nAny refinement of award criteria will be undertaken strictly in accordance with section\u202f24 of the Procurement Act\u202f2023. 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."
        },
        "contractPeriod": {
          "endDate": "2033-10-18T23:59:59+01:00",
          "maxExtentDate": "2036-10-18T23:59:59+01:00",
          "startDate": "2026-10-19T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The new TVFCS Command \u0026 Control contract will include optional extension periods to ensure long term service continuity and alignment with the operational requirements of the three Fire \u0026 Rescue Services. The initial contract term 7 years will be followed by 1+1+1 years extension options, enabling TVFCS to retain the supplier\u0027s 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."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "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\nAppendix 7 - Financial Capacity contains details of the Financial Capacity tests that TVFCS will undertake at Stage 1 - participation,",
              "type": "economic"
            },
            {
              "description": "Tenderers must demonstrate proven technical competence in delivering mission critical Command \u0026 Control (C\u0026C) 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.\nStage 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.\nTenderers must demonstrate capability to deliver an output based, operationally critical solution that aligns with TVFCS\u0027s requirements gathering process. The solution must be technically robust, resilient, and capable of supporting operational scenarios that will be assessed in later evaluation stages\nTenderers 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.\nFinally, 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.",
              "type": "technical"
            },
            {
              "description": "There are no limits for compliant Tenderers at Stage 1\nA maximum of 3 Tenders will be selected from Stage 2 to participate in Stage3 based on their respective PQP scores.  (Lowest is best)\nIf 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
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 11000000,
          "amountGross": 13200000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procedure": {
      "features": "Thames Valley Fire Control Service (TVFCS) is initiating a Competitive Flexible Procedure procurement for the replacement of its Command \u0026 Control (C\u0026C) system. TVFCS is a tri-service collaboration between Oxfordshire Fire \u0026 Rescue Service, Buckinghamshire Fire \u0026 Rescue Service, and Royal Berkshire Fire \u0026 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\u0026C 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.\nThe 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\nFull 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\nStage 1 - participation stage: as defined in the ITT\nPass/fail eligibility and compliance checks, including exclusion or debarment checks and any mandatory requirements.\nFor 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.\nFinancial 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.\nThis 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.\nPlease 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.\nTVFCS will alert any remaining Tenderers if a Stage 4 is to be held\nThe 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\nFor 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."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "status": "active",
    "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 platform  See https://sebp.due-north.com/ and associated reference DN808581  The 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"
      ]
    },
    "title": "TVFCS Command \u0026 Control",
    "value": {
      "amount": 11000000,
      "amountGross": 13200000,
      "currency": "GBP"
    }
  }
}