Tender

The provision and support of a Fleet Management System

  • Police,Fire & Crime Commissioner for Staffordshire

F02: Contract notice

Notice identifier: 2022/S 000-012183

Procurement identifier (OCID): ocds-h6vhtk-033634

Published 10 May 2022, 4:41pm



The closing date and time has been changed to:

20 June 2022, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Police,Fire & Crime Commissioner for Staffordshire

Staffordshire Police HQ, Weston Road

Stafford

ST18 0YY

Contact

Amy Vukovic

Email

amy.vukovic@staffordshire.pnn.police.uk

Telephone

+44 1785232434

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

National registration number

N/A

Internet address(es)

Main address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/31727

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/31727

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=46907&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The provision and support of a Fleet Management System

Reference number

5055

two.1.2) Main CPV code

  • 50111100 - Vehicle-fleet management services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.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

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire
Main site or place of performance

Staffordshire Police

two.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.

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: £350,000

two.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.

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

two.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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Originally published as:

Date

10 June 2022

Local time

12:00pm

Changed to:

Date

20 June 2022

Local time

5:00pm

See the change notice.

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

10 June 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court, The Royal Courts of Justice,

The Strand

London

WC2A 2LL

Country

United Kingdom