Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-001815/EN)
Nature of contract: Service contract
Procedure: Award of a contract without prior publication
Type of bid required: Not applicable
Voluntary ex ante transparency notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Fire and Rescue Service
Postal address: Headquarters, Westburn Drive
Town: Cambuslang
Postal code: G72 7NA
Country: United Kingdom
Contact Person: Ashley Gould
Telephone: +44 1416464637
Email: ashley.gould@firescotland.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Roster Management System Support and Maintenance including the provision of potential additional licenses
Reference number: T3C-051-2223
II.1.2) Main CPV code: 72267100
II.1.3) Type of contract Services
II.1.4) Short Description:
Support and Maintenance relating to a 5-watch Duty Roster Management System including the provision of potential additional licenses.
II.1.6) Information about lots
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:220000
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 72261000
II.2.3) Place of performance
Nuts code: Main site or place of performance:across Scotland
II.2.4) Description of the procurement
The roster management system is utilised by approximately 3600 operational employees throughout the whole of SFRS and is a key system to ensuring that every shift has the appropriate number of personnel and skills on duty to crew appliances. The Service is in the process of finalising its specification prior to commencing competition for a new service. In the interim, there is a critical need to continue with the support and maintenance of the current duty system until such time as a new system has been
procured and implemented to ensure operational effectiveness.
II.2.5) Award criteria
II.2.11) Information about options
Options:yes
Description of options:
Potential for futureproofing via additional licenses
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:
Maximum value over the three year period is anticipated to be no more than 220000 GBP
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
(please complete point 2 of the Annex D)
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
Section V: Award of contract/concession
Contract No: T3C-051-2223
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:2022-12-19
V.2.2) Information about tenders
V.2.3) Name and address of the contractor
Official name: UKG – Ultimate Kronos Group
Postal address: The Capitol Building, RG12 8FZ
Town: Bracknell
Postal code: RG12 8FZ
Country: United Kingdom
Telephone: +44 7586417599
Nuts code:
The contractor is an SME: no
V.2.4) Information on value of the contract/lot/concession(excluding VAT)
for framework agreements – total maximum value for this lot
for contracts based on framework agreements, if required – value of contract(s) for this lot not included in
previous contract award notices
Section VI: Complementary information
VI.3) Additional information:
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
(SC Ref:719431)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court and Justice of the Peace Court
Town: Glasgow
Postal code: G5 9TW
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Scottish Fire and Rescue Service (the Service) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Service will incorporate a minimum 10 calendar day standstill at the point information on the contract award is communicated to tenderers. The Service is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Service, they suffer or risk suffering loss or damage. The bringing of court proceedings during the standstill period means that the SFRS must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations.
VI.5) Date of dispatch of this notice:
2023-01-20
Other justification for the award of the contract without prior publication of a call for competition
in the Official Journal of the European Union
The procurement falls outside the scope of application of the directive
3.Explanation
Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union
is lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive:
The roster management system is utilised by approximately 3600 operational employees throughout the whole of the Service and is a key system to ensuring that every shift has the appropriate number of personnel and skills on duty to crew appliances. The Service is now finalising its requirements in relation to a new Duty Management system with the view to commencing competition within the next three months. In the interim, there is a critical need to continue with the support and maintenance of the current duty system until such time as a new system has been
procured and implemented to ensure operational effectiveness.