Planning

  • Share to Microsoft Teams

Workshops Management System

LEICESTER, LEICESTERSHIRE AND RUTLAND COMBINED FIRE AUTHORITY

This public procurement record has 3 releases in its history.

PlanningUpdate

21 Aug 2025 at 11:09

PlanningUpdate

05 Aug 2025 at 14:41

Planning

16 Jul 2025 at 16:48

Summary of the contracting process

The Leicester, Leicestershire and Rutland Combined Fire Authority, acting as the buying organisation, has initiated a procurement process for a "Workshops Management System" to enhance their operational efficiency. The contract falls under the services category and includes a budget of £210,000 (£175,000 net). This process is currently at the planning stage, with a future notice anticipated by 31st October 2025. Potential suppliers are invited to engage in a market research exercise, with an engagement milestone due by 24th September 2025. The project requires suppliers to showcase solutions that align with the Authority's existing systems, with a preference for off-the-shelf, cloud-based, and compliance-related software solutions. The location for delivering the service is specifically in the regions of UKF21 and UKF22, United Kingdom.

This tender represents a significant opportunity for suppliers specialising in compliance, database, and software programming and consultancy services to establish a long-term partnership with a public authority. Ideal candidates will have a proven track record in delivering cloud-based software as a service (SaaS) solutions that ensure compliance with DVSA standards, offer advanced security features, and facilitate efficient data management and integration with existing systems like Unit4. Businesses that can provide innovative and efficient workshops management systems capable of tracking, reporting, and maintaining records for a large number of vehicles and equipment stand to gain from expanding their portfolio and cementing their reputation within the public sector. Potential suppliers should note that, while this isn't a call for competition, participation could help them better understand the Authority's future requirements.

How relevant is this notice?

Notice Information

Notice Title

Workshops Management System

Notice Description

This preliminary market engagement notice has been issued by Leicester, Leicestershire and Rutland Combined Fire Authority also known as Leicestershire Fire and Rescue Service (LFRS). The purpose of this preliminary market engagement notice is for LFRS to engage with suppliers of Workshops Management systems that are currently available on the market. We invite interest from suppliers to provide product information and engage in demonstrations of how their existing platforms will meet our present and future requirements. LFRS are seeking to: * Develop the Authority's requirements and approach to the possible procurement of a Workshops Management System. * Identify suppliers that may be able to supply the services required. * Build capacity among suppliers in relation to the contract being awarded. This is not a call for competition and failure to participate will not exclude any providers from any future tender process, nor does this notice guarantee that any future tender will take place. No providers will be either advantaged or disadvantaged by participating and any resulting tender will be advertised on the appropriate electronic platform/s for all to view. Any contract would be expected to be awarded to a single supplier. The Contract Term shall be for an initial period of 3 years with the option to extend by up to two 12-month extension periods (The maximum term of the contract being 5 years). The anticipated commencement date of the Contract is November 2025. It is vital that LFRS work with a viable and credible supplier who has the track record, and professional discretion to deliver the required solution and services that will enable LFRS to meet its current and future goals and business needs.

Planning Information

LFRS identified systems in use by other fire services and approached these suppliers for market research. LFRS arranged product demonstrations in March/ April as well as in July 2025 following discussions with further suppliers at the Road Transport Expo in June 2025. LFRS now wishes to open the market engagement up to the whole market and to engage with suppliers that can demonstrate their product capabilities against the following objectives: • A commercially off the shelf system that enables us to continuously drive the efficiency of our processes and maintain 100% compliance with legislation and regulation throughout its lifetime. • DVSA certified/ compliant. • Ca 180 vehicles and 200 items of firefighting equipment tracked individually. • User base of ca 15 users, including Workshops Technicians and Stores Assistants. • In line with our ICT Strategy, a "Cloud-based" software as a service (SAAS) solution. Must provide secure access to all users to perform activities via a web-based user interface from any location across a range of platforms such as LFRS-provided PC, Android/IOS Tablet or Smartphone. • An advanced security model including Single Sign On and Multifactor Authentication with user identification and management delivered via our Azure Entra ID. • The project must deliver ease of data entry and retrieval including mobile devices, produce accurate reportable data, and link across each core activity to present relevant data at the point of need. • Vehicle history, including storage of all legally required documents. • Component/ parts/ equipment records for each vehicle. • Maintenance, tax and MOT schedules for vehicles/ equipment. • Recording time and materials used. • Parts and equipment management (optional). • Reporting: Workshops performance reports, monitoring vehicle costs. • Standard inspection routines/ parts lists for defined job types. • Ability to supply and consume data, e.g. performance, to and from our Data Warehouse via supported API's. • Ability to supply and consume data, e.g. stock/parts and costs, to and from our Finance system Unit4 (formerly Agresso) via supported API's. • Migration of historic data (optional). Suppliers are invited to participate in this market engagement by requesting and submitting our questionnaire via ictprocurement@leics-fire.gov.uk by 24 September 2025. All correspondence, including responses, must be in written format and sent to ictprocurement@leics-fire.gov.uk. All requests for clarification or additional information will be logged and replies issued to all participants. Valid responses must contain the completed questionnaire and be submitted by the closing date. It is the provider's responsibility to ensure their response arrives by the closing date. LFRS will not be inviting any provider to host a demonstration whose proposal it is to develop a system to meet the key objectives. LFRS will not be liable or cover any costs incurred by responding to this market engagement notice or the holding of any demonstrations.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0560aa
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/050493-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48170000 - Compliance software package

48611000 - Database software package

72200000 - Software programming and consultancy services

Notice Value(s)

Tender Value
£175,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Aug 20252 months ago
Submission Deadline
Not specified
Future Notice Date
31 Oct 2025Expired
Award Date
Not specified
Contract Period
1 Feb 2026 - 31 Jan 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
LEICESTER, LEICESTERSHIRE AND RUTLAND COMBINED FIRE AUTHORITY
Contact Name
Not specified
Contact Email
ictprocurement@leics-fire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LEICESTER
Postcode
LE4 3BU
Post Town
Leicester
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF22 Leicestershire CC and Rutland
Delivery Location
TLF21 Leicester, TLF22 Leicestershire CC and Rutland

Local Authority
Charnwood
Electoral Ward
Birstall West
Westminster Constituency
Mid Leicestershire

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0560aa-2025-08-21T12:09:56+01:00",
    "date": "2025-08-21T12:09:56+01:00",
    "ocid": "ocds-h6vhtk-0560aa",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLQW-5489-JMZQ",
            "name": "Leicester, Leicestershire and Rutland Combined Fire Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLQW-5489-JMZQ"
            },
            "address": {
                "streetAddress": "12 Geoff Monk Way,",
                "locality": "Leicester",
                "postalCode": "LE4 3BU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF22"
            },
            "contactPoint": {
                "email": "ictprocurement@leics-fire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLQW-5489-JMZQ",
        "name": "Leicester, Leicestershire and Rutland Combined Fire Authority"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "LFRS identified systems in use by other fire services and approached these suppliers for market research. LFRS arranged product demonstrations in March/ April as well as in July 2025 following discussions with further suppliers at the Road Transport Expo in June 2025. LFRS now wishes to open the market engagement up to the whole market and to engage with suppliers that can demonstrate their product capabilities against the following objectives: * A commercially off the shelf system that enables us to continuously drive the efficiency of our processes and maintain 100% compliance with legislation and regulation throughout its lifetime. * DVSA certified/ compliant. * Ca 180 vehicles and 200 items of firefighting equipment tracked individually. * User base of ca 15 users, including Workshops Technicians and Stores Assistants. * In line with our ICT Strategy, a \"Cloud-based\" software as a service (SAAS) solution. Must provide secure access to all users to perform activities via a web-based user interface from any location across a range of platforms such as LFRS-provided PC, Android/IOS Tablet or Smartphone. * An advanced security model including Single Sign On and Multifactor Authentication with user identification and management delivered via our Azure Entra ID. * The project must deliver ease of data entry and retrieval including mobile devices, produce accurate reportable data, and link across each core activity to present relevant data at the point of need. * Vehicle history, including storage of all legally required documents. * Component/ parts/ equipment records for each vehicle. * Maintenance, tax and MOT schedules for vehicles/ equipment. * Recording time and materials used. * Parts and equipment management (optional). * Reporting: Workshops performance reports, monitoring vehicle costs. * Standard inspection routines/ parts lists for defined job types. * Ability to supply and consume data, e.g. performance, to and from our Data Warehouse via supported API's. * Ability to supply and consume data, e.g. stock/parts and costs, to and from our Finance system Unit4 (formerly Agresso) via supported API's. * Migration of historic data (optional). Suppliers are invited to participate in this market engagement by requesting and submitting our questionnaire via ictprocurement@leics-fire.gov.uk by 24 September 2025. All correspondence, including responses, must be in written format and sent to ictprocurement@leics-fire.gov.uk. All requests for clarification or additional information will be logged and replies issued to all participants. Valid responses must contain the completed questionnaire and be submitted by the closing date. It is the provider's responsibility to ensure their response arrives by the closing date. LFRS will not be inviting any provider to host a demonstration whose proposal it is to develop a system to meet the key objectives. LFRS will not be liable or cover any costs incurred by responding to this market engagement notice or the holding of any demonstrations.",
                "dueDate": "2025-09-24T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "040663-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040663-2025",
                "datePublished": "2025-07-16T17:48:37+01:00",
                "format": "text/html"
            },
            {
                "id": "046227-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/046227-2025",
                "datePublished": "2025-08-05T15:41:59+01:00",
                "format": "text/html"
            },
            {
                "id": "050493-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/050493-2025",
                "datePublished": "2025-08-21T12:09:56+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-0560aa",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Workshops Management System",
        "description": "This preliminary market engagement notice has been issued by Leicester, Leicestershire and Rutland Combined Fire Authority also known as Leicestershire Fire and Rescue Service (LFRS). The purpose of this preliminary market engagement notice is for LFRS to engage with suppliers of Workshops Management systems that are currently available on the market. We invite interest from suppliers to provide product information and engage in demonstrations of how their existing platforms will meet our present and future requirements. LFRS are seeking to: * Develop the Authority's requirements and approach to the possible procurement of a Workshops Management System. * Identify suppliers that may be able to supply the services required. * Build capacity among suppliers in relation to the contract being awarded. This is not a call for competition and failure to participate will not exclude any providers from any future tender process, nor does this notice guarantee that any future tender will take place. No providers will be either advantaged or disadvantaged by participating and any resulting tender will be advertised on the appropriate electronic platform/s for all to view. Any contract would be expected to be awarded to a single supplier. The Contract Term shall be for an initial period of 3 years with the option to extend by up to two 12-month extension periods (The maximum term of the contract being 5 years). The anticipated commencement date of the Contract is November 2025. It is vital that LFRS work with a viable and credible supplier who has the track record, and professional discretion to deliver the required solution and services that will enable LFRS to meet its current and future goals and business needs.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48170000",
                        "description": "Compliance software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48611000",
                        "description": "Database software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF21",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 210000,
            "amount": 175000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": false,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-02-01T00:00:00Z",
                    "endDate": "2029-01-31T23:59:59Z",
                    "maxExtentDate": "2031-01-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-31T23:59:59Z"
        },
        "status": "planning",
        "amendments": [
            {
                "id": "046227-2025",
                "description": "Timescales extended."
            },
            {
                "id": "050493-2025",
                "description": "Extension of engagement to 24 September 2025. Estimated contract dates postponed."
            }
        ]
    },
    "language": "en"
}