Section one: Contracting authority
one.1) Name and addresses
Leicestershire Fire and Rescue Service
Leicestershire Fire and Rescue Service Headquarters, 12 Geoff Monk Way, Birstall
LEICESTER
LE43BU
Contact
Stefanie Warren
ictprocurement@leics-fire.gov.uk
Telephone
+44 1162105555
Country
United Kingdom
Region code
UKF22 - Leicestershire CC and Rutland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
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
LFRS Crewing Management System
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
Leicestershire Fire and Rescue Service (LFRS) is seeking to procure a Crewing Management System to maximise our appliance availability by maintaining the correct staffing levels at all times.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
It is vital that LFRS works with a viable and credible supplier who has the track record, and professional discretion to deliver the required solution and services which will enable LFRS to meet its current and future goals and business needs.
Leicestershire Fire and Rescue Service is using regulation 29 of the Public Contracts Regulation 2015, Competitive procedure with negotiation. Suppliers can respond to our call for competition and request to participate by completing the pre-qualification questionnaire. LFRS will apply the minimum requirements to assess the information provided and select the providers suitable for the next stage. Only those economic operators invited may submit an initial tender which will be assessed against the contract award criteria and shall be the basis for the subsequent negotiations.
The procedure may be completed in successive stages in order to reduce the number of potential solutions by applying the particular award criteria.
The selection of the successful bidder will be based on final tenders and all bidders will be advised of our award decision.
All correspondence must be in written format and sent to ictprocurement@leics-fire.gov.uk. All requests for clarification will be logged and responses issued to all providers.
Valid responses to this call for competition and any subsequent invitation to tender must contain all of the information and documentation requested and be submitted by the closing date. Responses may be rejected if the required information and documentation is not given at the time of submission. It is the provider's responsibility to ensure their response arrives by the closing date.
Timeline
15 September 2023: Call for Competition issued.
27 September 2023: Closing date by which suppliers can request clarifications regarding the Call for Competition.
29 September 2023: LFRS will respond to all clarifications requested on time.
6 October 2023: Closing date by which suppliers can request to participate by completing the pre-qualification questionnaire.
W/c 9 October 2023: LFRS will confirm to suppliers if they are invited to tender.
TCB: Closing date by which invited suppliers can submit their tender.
November 2023: Contract Award Notice issued.
January 2024: Target contract commencement date.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-012278
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 October 2023
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
Tender must be valid until: 31 January 2024
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.3) Additional information
A Prior Information Notice was issued on 24 April 2023 (https://www.find-tender.service.gov.uk/Notice/012278-2023?). In accordance with Regulation 27 of the Public Contracts Regulations 2015, the time limit for receiving responses to this Call for Competition is 15 days.
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Royal Court of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom