East Riding of Yorkshire Council Tender for Vehicle Tracking Solution
East Riding of Yorkshire Council is seeking to procure a vehicle tracking (telematics) solution and associated products and services.
United Kingdom-Beverley: Telematics system
2019/S 142-349758
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Cross Street
Beverley
HU17 9BA
United Kingdom
Contact person: Mr Nigel John Pearson
Telephone: +44 1482395364
E-mail: nigel.john.pearson@eastriding.gov.uk
NUTS code: UKE12
Address of the buyer profile: http://www.eastriding.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
2132-19 Vehicle Tracking Solution
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
East Riding of Yorkshire Council (the Council) is seeking to procure a vehicle tracking (telematics) solution and associated products and services. The system will be used to monitor and provide detailed information on the movement, location and operational performance of the Council’s fleet of vehicles. The solution is to be web-based, hosted externally (off-premise) to the Council by the service provider, and be accessible 24 hours a day 7 days a week. The Council requires the vehicle tracking solution to be supplied on a ‘HIRE’ basis. The Council will pay a fully inclusive monthly hire price per vehicle which covers the supply, installation and maintenance of a data recording device and associated equipment, monthly service charge and all other products and services required by the Council.
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
II.2.4)Description of the procurement:
East Riding of Yorkshire Council (the Council) is seeking to procure a vehicle tracking (telematics) solution and associated products and services. The system will be used to monitor and provide detailed information on the movement, location and operational performance of the Council’s fleet of vehicles. The solution is to be web-based, hosted externally (off-premise) to the Council by the service provider, and be accessible 24 hours a day 7 days a week. The Council requires the vehicle tracking solution to be supplied on a ‘HIRE’ basis. The Council will pay a fully inclusive monthly hire price per vehicle which covers the supply, installation and maintenance of a data recording device and associated equipment, monthly service charge and all other products and services required by the Council. The contract will be for an initial contract period of 36 months with 2 additional optional extensions of 12 months each (36 + 12 + 12), 60 months (5 years) maximum contract duration:
— contract start date: 1.12.2019,
— end of initial contract period: 30.11.2022,
— optional extension period 1: 1.12.2022 to 30.11.2023,
— optional extension period 2: 1.12.2023 to 30.11.2024.
The contract end date for all vehicle tracking devices must be co-terminus in line with the contract end dates outlined above. Full details are provided in the tender documentation.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be for an initial contract period of 36 months (1.12.2019 to 30.11.2022) with options to extend by 2 further periods:
(i) 12 months to 30.11.2023;
(ii) 12 months to 30.11.2024.
Therefore, the total possible contract duration is 60 months (5 years).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
London
United Kingdom
VI.4.3)Review procedure
OJEU procedures include a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the Contracting Authority before the contract is entered into. Such information should be requested from East Riding of Yorkshire Council. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
VI.4.4)Service from which information about the review procedure may be obtained
London
United Kingdom
VI.5)Date of dispatch of this notice: