Comms/IT Dept is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Lean Working Processes |
Notice type: | Contract Notice |
Authority: | Comms/IT Dept |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | 1.1.West Yorkshire Fire and Rescue Authority is seeking to appoint a suitably qualified and experienced specialist consultancy organisation for the development of Lean working/process mapping systems and introduce a culture of continuous improvements initially within the Authority’s Property, Finance, Procurement, and Central Staffing Team (operational rostering team) functions. The aim of the introduction of lean working is to reduce waste, create capacity and efficiency savings across these departments. The Fire Authority is and will continue to face major financial pressures given the challenges of the Government Austerity measures across the public sector with the Fire Authority having to save a further £2-3 million by 2020/21. |
Published: | 22/05/2018 12:53 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
West Yorkshire Fire & Rescue Service
Oakroyd Hall, Birkenshaw, BD11 2DY, United Kingdom
Tel. +44 1274655802, Email: gayle.seekins@westyorksfire.gov.uk
Contact: Gayle Seekins
Main Address: www.westyorksfire.gov.uk
NUTS Code: UKE4
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Birkenshaw:-Government-services./6965FGR27Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Lean Working Processes
Reference Number: Not provided
II.1.2) Main CPV Code:
75131000 - Government services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: 1.1.West Yorkshire Fire and Rescue Authority is seeking to appoint a suitably qualified and experienced specialist consultancy organisation for the development of Lean working/process mapping systems and introduce a culture of continuous improvements initially within the Authority’s Property, Finance, Procurement, and Central Staffing Team (operational rostering team) functions. The aim of the introduction of lean working is to reduce waste, create capacity and efficiency savings across these departments. The Fire Authority is and will continue to face major financial pressures given the challenges of the Government Austerity measures across the public sector with the Fire Authority having to save a further £2-3 million by 2020/21.
II.1.5) Estimated total value:
Value excluding VAT: 200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKE4 West Yorkshire
II.2.4) Description of procurement: 1.1.West Yorkshire Fire and Rescue Authority is seeking to appoint a suitably qualified and experienced specialist consultancy organisation for the development of Lean working/process mapping systems and introduce a culture of continuous improvements initially within the Authority’s Property, Finance, Procurement, and Central Staffing Team (operational rostering team) functions. The aim of the introduction of lean working is to reduce waste, create capacity and efficiency savings across these departments. The Fire Authority is and will continue to face major financial pressures given the challenges of the Government Austerity measures across the public sector with the Fire Authority having to save a further £2-3 million by 2020/21.
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: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: As per tender document
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per the tender document
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As per the tender document
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/07/2018 Time: 18:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 30/09/2018
IV.2.7) Conditions for opening of tenders:
Date: 18/07/2018
Time: 09:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Birkenshaw:-Government-services./6965FGR27Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6965FGR27Z
VI.4) Procedures for review
VI.4.1) Review body:
West Yorkshire Fire & Rescue Service
Oakroyd Hall, Bradford Road, Bradford, BD11 2DY, United Kingdom
Tel. +44 1274655781
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 22/05/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
West Yorkshire Fire & Rescue Service
Oakroyd Hall, Birkenshaw, BD11 2DY, United Kingdom
Tel. +44 1274655802, Email: gayle.seekins@westyorksfire.gov.uk
Contact: Gayle Seekins
Main Address: www.westyorksfire.gov.uk
NUTS Code: UKE4
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Public order and safety
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Lean Working Processes
Reference number: Not Provided
II.1.2) Main CPV code:
75131000 - Government services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: 1.1.West Yorkshire Fire and Rescue Authority is seeking to appoint a suitably qualified and experienced specialist consultancy organisation for the development of Lean working/process mapping systems and introduce a culture of continuous improvements initially within the Authority’s Property, Finance, Procurement, and Central Staffing Team (operational rostering team) functions. The aim of the introduction of lean working is to reduce waste, create capacity and efficiency savings across these departments. The Fire Authority is and will continue to face major financial pressures given the challenges of the Government Austerity measures across the public sector with the Fire Authority having to save a further £2-3 million by 2020/21.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 24,405
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKE4 - West Yorkshire
Main site or place of performance:
West Yorkshire
II.2.4) Description of the procurement: 1.1.West Yorkshire Fire and Rescue Authority is seeking to appoint a suitably qualified and experienced specialist consultancy organisation for the development of Lean working/process mapping systems and introduce a culture of continuous improvements initially within the Authority’s Property, Finance, Procurement, and Central Staffing Team (operational rostering team) functions. The aim of the introduction of lean working is to reduce waste, create capacity and efficiency savings across these departments. The Fire Authority is and will continue to face major financial pressures given the challenges of the Government Austerity measures across the public sector with the Fire Authority having to save a further £2-3 million by 2020/21.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:As per tender document
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 23/08/2018
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
ICE Creates LTD
Clear View, 2-3 Abbots Way, Monks Ferry, CH41 5LH, United Kingdom
Tel. +44 8455193423, Email: tenders@icecreates.com
NUTS Code: UKD74
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 24,405
Total value of the contract/lot: 24,405
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=358708405
VI.4) Procedures for review
VI.4.1) Review body
West Yorkshire Fire & Rescue Service
Oakroyd Hall, Bradford Road, Bradford, BD11 2DY, United Kingdom
Tel. +44 1274655781
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 15/11/2018