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
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