Supply and Management of an Asset Management System
The Authority is looking to appoint a 3rd party to provide and continuously support an IT solution to electronically track assets; produce and record asset details, maintenance, tests, defects and whole life information for a variety of assets and be accessible to all staff.
United Kingdom-Durham: Software package and information systems
2015/S 182-330347
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
County Durham and Darlington Fire and Rescue Service
VAT 178178130
Service HQ, Belmont Business Park
For the attention of: Janice Alderslade
DH1 1TW Durham
UNITED KINGDOM
Telephone: +44 1913755560
E-mail: jalderslade@ddfire.gov.uk
Internet address(es):
General address of the contracting authority: https://www.ddfire.gov.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/33150
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13509&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13509&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
North Yorkshire Fire and Rescue Service
Headquarters Northallerton Business Park, Thurston Road, North Yorkshire
DL6 2ND Northallerton
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: Durham.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
County Durham and Darlington Fire and Rescue Service (CDDFRS) and North Yorkshire Fire and Rescue Service (NYFRS) have broadly similar requirements and are working collaboratively on a joint procurement to deliver an asset management package deployed as 2 separately hosted systems across both services. CDDFRS are hosting the procurement opportunity on behalf of NYFRS. The Authority is looking to appoint a 3rd party to provide and continuously support an IT solution to electronically track assets; produce and record asset details, maintenance, tests, defects and whole life information for a variety of assets and be accessible to all staff.
Each Service currently maintains data totalling approximately 40 000 records. This includes associated weekly, monthly, quarterly and annual test data. At present, the approximate allocation of this is: CDDFRS — 16 000, NYFRS — 23 000. Both Services operate systems of planned preventative maintenance and periodic testing (standard tests) on various assets owned by them. A range of asset information is recorded utilising various recording systems that can be broadly considered as:
— Microsoft SharePoint system,
— Microsoft Excel, Access and Word documents,
— Paper based documents.
The list above is not exhaustive and there may be other systems which the Services may wish to interface with in the future. Suppliers are required to identify and explain how their Asset Management System (AMS) can interface with other common IT platforms. The AMS specification is to be evaluated as part of the tender process, including information and plans with time scales identified as set out in ITT documentation. The contract opportunity includes a requirement, where appropriate, that during the provision and installation of the Asset Management System that the Tendering organisation works closely with the Authority’s IT department and Contractors in delivering this requirement. Acceptance tests will be performed by both CDDFRS and NYFRS.
II.1.6)Common procurement vocabulary (CPV)
48000000, 72000000, 72200000, 72210000, 72212000, 72212720
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 160 000 and 180 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As set out in the invitation to tender documentation available on the portal.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire (PQQ) available on the portal.
III.2.3)Technical capacity
In accordance with Article 57 of Directive 2014/24/EU and Regulations 57 of the Public Contract Regulations 2015 and as set out in the pre-qualification questionnaire(PQQ) available on the portal.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire (PQQ) available on the portal.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire (PQQ) available on the portal.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: