Tender

Leicestershire County Council Weighbridge Management Solution

  • Leicestershire County Council

F02: Contract notice

Notice identifier: 2023/S 000-011382

Procurement identifier (OCID): ocds-h6vhtk-03c262

Published 20 April 2023, 4:04pm



Section one: Contracting authority

one.1) Name and addresses

Leicestershire County Council

County Hall, Leicester Road, Glenfield

Leicester

LE3 8RA

Contact

Mr Luke Rawle

Email

luke.rawle@leics.gov.uk

Telephone

+44 1163052043

Country

United Kingdom

Region code

UKF22 - Leicestershire CC and Rutland

Internet address(es)

Main address

https://www.eastmidstenders.org/index.html

Buyer's address

https://www.eastmidstenders.org/index.html

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=11753bec-6fdf-ed11-8121-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=11753bec-6fdf-ed11-8121-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Leicestershire County Council Weighbridge Management Solution

Reference number

DN666513

two.1.2) Main CPV code

  • 63712500 - Weighbridge services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contract is to provide the Council with a weighbridge solution that manages and operates weighbridge activities and processes at each of the four sites in a manner that ensures all transactions are undertaken in an effective and efficient manner. All weighbridge transactional data and other associated information shall be stored within the Supplier’s application, be readily and easily accessible, via any web enabled device, to authorised users for amending, updating, and extracting in a form that can be input to the Council’s financial system (Oracle) and applications such as Tableau

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63712500 - Weighbridge services

two.2.3) Place of performance

NUTS codes
  • UKF22 - Leicestershire CC and Rutland

two.2.4) Description of the procurement

The Procurement will be undertaken through a Competitive Dialogue process during which the Council will prioritise the following aspects (which are not in any order): -

Provision of a service that has maintenance and contingency processes in place to ensure the solution has inherent resilience and minimum periods of unavailability.

A solution that integrates the weighbridges operated by the Council under one solution in a manner that standardises their operation and incorporates automation in its operation as much as reasonably possible.

A solution that manages and handles all data generated by the solution in an easily accessible form allowing the Council to interrogate the operations of its sites remotely on a live basis.

A solution that supports the Council in managing the day-to-day functions in a manner that is compliant with legislation and any statutory guidance.

A solution for which a payment charge by waste type and volume can be made (for example from businesses delivering waste.

All SQ submissions received (that are compliant i.e. submitted in accordance with the instructions) will be assessed in accordance with the selection criteria as set out in the document. Following assessment of the technical capacity or professional ability, and the economic and financial standing of each Tenderer, the Council intends to take all Tenderers that meet the stated selection criteria into the next stage, the Invitation to Participate in Dialogue (ITPD).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

144

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

All tenderers that pass the SQ will progress to the next step of the procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 May 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

London

Country

United Kingdom