Supply and Installation of a Vehicle Tracking System
The supply, installation, commissioning, testing and management of a vehicle tracking system.
United Kingdom-Paisley: Telematics system
2016/S 165-297203
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
United Kingdom
Contact person: Mr Graeme Beattie
Telephone: +44 1416184710
E-mail: graeme.beattie@renfrewshire.gov.uk
NUTS code: UKM35
Internet address(es):Main address: http://www.renfrewshire.gov.ukAddress of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Vehicle Tracking System.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council has a requirement for a tenderer with a proven track record in the supply, installation, commissioning, testing and management of a vehicle tracking system. The appointed tenderer will be required to provide a Vehicle Tracking System (VTS) using GPS technology. The System shall be an internet based system via a secure network which utilises GSM/GPRS technology and shall give the Council access to real time continuous monitoring of the vehicles.
The Council currently operates a fleet of approximately 500 vehicles not including plant. The Council currently has a web based vehicle tracking system with 418 vehicles fitted. It is envisaged that the new contract will support approximately 500 vehicles with the units being purchased or leased, and therefore the successful tenderer will be required to de-install and install the vehicle tracking systems to those vehicles and plant as detailed in the ITT.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Renfrewshire Council Area.
II.2.4)Description of the procurement:
The Council has a requirement for a tenderer with a proven track record in the supply, installation, commissioning, testing and management of a vehicle tracking system. The appointed tenderer will be required to provide a Vehicle Tracking System (VTS) using GPS technology. The System shall be an internet based system via a secure network which utilises GSM/GPRS technology and shall give the Council access to real time continuous monitoring of the vehicles.
The Council currently operates a fleet of approximately 500 vehicles not including plant. The Council currently has a web based vehicle tracking system with 418 vehicles fitted. It is envisaged that the new contract will support approximately 500 vehicles with the units being purchased or leased, and therefore the successful tenderer will be required to de-install and install the vehicle tracking systems to those vehicles and plant as detailed in the ITT.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contact shall be for an initial period of 3 years from the commencement date envisaged to commence December 2016 (although a period for transfer of any system may continue beyond this date, not exceeding the 31.3.2017). The contract will include an option to extend for up to 2 additional 1 year periods.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Lot values are not being disclosed at this time.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Bidders will be required to have an average yearly turnover of a minimum of 240 000 GBP for the last 3 years.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP each and every claim.
Public and Products Liability Insurance = minimum of 2 000 000 each and every claim, but in the aggregate for products.
Evidence of statutory third party motor vehicle cover by way of a valid MV certificate in the company name, Or where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has on going arrangements in place to ensure that employees’ vehicles are appropriately insured and maintained for business purposes.
Please note tenderers are required to have a minimum Dun and Bradstreet Failure Score of 20, where this criteria is not met, tenderers should provide detail why and supporting evidence in the form of company accounts for the previous financial year.
III.1.3)Technical and professional ability
Due to the limitation of characters within the system tenderers must refer to the document reference as ‘Contract Notice’ Technical and Professional Ability contained within the Invitation to tender which is saved under folder reference ‘Contract Notice Additional Information’.
III.2.2)Contract performance conditions:
Please refer to Invitation to Tender.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Renfrewshire House, Cotton Street, Paisley.
Section VI: Complementary information
VI.1)Information about recurrence
Will depend on advances in technology and choice of procuring the vehicle tracking system.
VI.2)Information about electronic workflows
VI.3)Additional information:
Please refer to the 3 word documents uploaded:
Contract Notice: Request for Documentation;
Contract Notice: Technical and Professional Ability;
Contract Notice: Technical Envelope and Criteria.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 6686. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Please refer to the contract notice: Technical Envelope and Criteria document contained within the Invitation to tender.
(SC Ref: 459722).
VI.4.1)Review body
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
United Kingdom
Telephone: +44 1416186400
Fax: +44 1416187050Internet address:http://www.renfrewshire.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Vehicle Telematics Implementation Services
Supply Fleet Tracking System to North Lanarkshire Council
Supply Vehicle Telematics System
Tender for Road Vehicle Telematics System