Contract notice

Information

Published

Expire date: 20/06/2022

External Reference: 2022-535661

FTS Reference: 2022-012183

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Police,Fire & Crime Commissioner for Staffordshire
N/A
Staffordshire Police HQ, Weston Road
Stafford
ST18 0YY
UK
Contact person: Amy Vukovic
Telephone: +44 1785232434
NUTS code:  UKG2 -  Shropshire and Staffordshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46907&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

The provision and support of a Fleet Management System
Reference number:  5055
II.1.2)

Main CPV code

50111100  -  Vehicle-fleet management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Contracting Authority is seeking an OTS comprehensive end to end fleet management system for use by the joint transport dept for both Staffordshire Police and Fire & Rescue. The following high-level objectives are expected to be achieved
-To enable the capture and reporting of whole life operating costs
-To facilitate and manage workshop productivity effectively
-By effective data collection and management, minimise vehicle downtime and increase vehicle utilisation
-Operate in a logical and simple manner, keeping administration low cost, intuitive and effective
-By excellent reporting and visibility of data improve operational efficiency and safety.
-Meet and exceed the duty of care responsibilities to users
-Provide a comprehensive suite of high-level strategic reports
-Ability to interface with other systems
II.1.5)

Estimated total value

Value excluding VAT: 350000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
48781000  -  System management software package
50111100  -  Vehicle-fleet management services
50111110  -  Vehicle-fleet-support services
II.2.3)

Place of performance

NUTS code:  UKG2 -  Shropshire and Staffordshire
Main site or place of performance:  
Staffordshire Police
II.2.4)

Description of the procurement

The Contracting Authority is seeking an ‘Off the Shelf’ comprehensive end to end fleet management system for use by the joint transport dept for both Staffordshire Police and Fire & Rescue. The following high-level objectives are expected to be achieved.
- To enable the capture and reporting of whole life operating costs.
- To facilitate and manage workshop productivity effectively.
- By effective data collection and management, minimise vehicle downtime and increase vehicle utilisation.
- Operate in a logical and simple manner, keeping administration low cost, intuitive and effective.
- By excellent reporting and visibility of data improve operational efficiency and safety.
- Meet and exceed the duty of care responsibilities to users.
- Provide a comprehensive suite of high-level strategic reports which can be drilled down into specific detail, ranging from vehicle availability to stock management and SMR cost to allow for the analysis of efficiency and measurement of productivity.
- Ability to interface with other systems (ie. finance, insurance, fuel).
- Work with a provider who is continually developing innovative solutions.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 350000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The proposed Contract shall be for an initial period of three years with the option at the discretion of the Contracting Authority to extend for a further three periods of up to twelve months each. Estimated Contract Value has been based on the full six year potential term.
II.2.10)

Information about variants

Variants will be accepted: no
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

Estimated values provided relate to the maximum possible duration of the proposed contract, which therefore includes the optional extension period.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

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

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/06/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  10/06/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court, The Royal Courts of Justice,
The Strand
London
WC2A 2LL
UK