Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Mr Luke Rawle
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=fbdde846-5067-ee11-8124-005056b64545
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=fbdde846-5067-ee11-8124-005056b64545
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
Weighbridge Management Solution at Waste Transfer Stations in Leicestershire
Reference number
DN693608
two.1.2) Main CPV code
- 48217000 - Transaction-processing software package
two.1.3) Type of contract
Supplies
two.1.4) Short description
Leicestershire County Council (“the Council”) operates four Waste Transfer Stations (WTS) with a total of six weighbridge platforms and a variety of associated equipment such as intercoms, DOCs, ANPRs, CCTV cameras, and entry and exit barriers etc. Although each site has different levels and ages of associated equipment, the majority at each Site (except Kibworth) is currently integrated into the existing weighbridge management system which is networked server based and uses the Council’s IT WAN infrastructure.
The Council is seeking to replace the current weighbridge management system with a similar but Web-Based/Cloud-Based system.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45221117 - Weighbridge construction work
- 63712500 - Weighbridge services
two.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
two.2.4) Description of the procurement
Leicestershire County Council (“the Council”) operates four Waste Transfer Stations (WTS) with a total of six weighbridge platforms and a variety of associated equipment such as intercoms, DOCs, ANPRs, CCTV cameras, and entry and exit barriers etc. Although each site has different levels and ages of associated equipment, the majority at each Site (except Kibworth) is currently integrated into the existing weighbridge management system which is networked server based and uses the Council’s IT WAN infrastructure.
The Council is seeking to replace the current weighbridge management system with a similar but Web-Based/Cloud-Based system.
Summary of Solution Requirements;
a) The Solution shall be Web-Based/Cloud-Based and include all on-Site IT hardware and software.
b) The Solution shall not use any of the Council’s IT networks, IT hardware or IT infrastructure including internet connection i.e. the solution is independent of any LCC hardware or infrastructure including LCC’s internet connection.
c) The Tenderer shall provide all necessary weighbridge hardware to deliver the Solution at each Site but all weighbridge hardware currently at a Site will be made available free of charge to be incorporated into the Solution, where it is technically viable to do so.
The estimated contract value is £300,000 - £500,000. This estimate is for all four Sites and includes: initial hardware and installation costs; all annual Site subscriptions; and repair and maintenance agreement cost over the maximum 12 year potential contract duration. The maximum value of the contract spend however will be set at £2,000,000, to provide contingency for expenditure on chargeable repairs and replacements of hardware over the maximum period of the contract.
Details of current value or potential future uptake are given in good faith based on the current information available to the Council to assist you in submitting your Tender. They should not be interpreted as an undertaking to purchase any goods or services to any particular value.
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: £2,000,000
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.2.10) 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
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
20 November 2023
Local time
12:00pm
Changed to:
Date
11 December 2023
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 November 2023
Local time
12:00pm
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