Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
UK
Contact person: Mr Luke Rawle
Telephone: +44 1163052043
E-mail: luke.rawle@leics.gov.uk
NUTS: UKF22
Internet address(es)
Main address: https://www.eastmidstenders.org/index.html
Address of the buyer profile: https://www.eastmidstenders.org/index.html
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=fbdde846-5067-ee11-8124-005056b64545
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Weighbridge Management Solution at Waste Transfer Stations in Leicestershire
Reference number: DN693608
II.1.2) Main CPV code
48217000
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT:
2 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45221117
63712500
II.2.3) Place of performance
NUTS code:
UKF22
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 144
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
20/11/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice
London
UK
VI.5) Date of dispatch of this notice
10/10/2023