Managed Telemetry Service for Vehicles Contract
The successful contractor will be expected to provide, install, support and maintain the Telemetry Hardware and Software as part of the MTS.
United Kingdom-London: Telematics services
2014/S 208-368789
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Secretary of State for the Home Department, part of the Crown, acting through Immigration Enforcement and Border Force
1st Floor Seacole, 2 Marsham Street
Contact point(s): Agent (for the purposes of this procurement only): Crown Commercial Service, Rosebery Court, St Andrews Business Park, Norwich, NR7 0HS
SW1P 4DF London
UNITED KINGDOM
Telephone: +44 345010353
E-mail: supplier@ccs.gsi.gov.uk
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/home-office
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 5: Telecommunications services
Main site or location of works, place of delivery or of performance: Primarily in the UK with limited requirements overseas.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
Immigration Enforcement and Border Force (Departments of the Home Department) have a requirement for the provision of a Managed Telemetry Service (MTS) for Immigration Enforcement and Border Force Vehicles. The successful contractor will be expected to provide, install, support and maintain the Telemetry Hardware and Software as part of the MTS. For the avoidance of doubt the Contracting Authority will not lease or own any Telemetry Hardware or Software supplied under this requirement, it will be supplied by the successful contractor and remain their property. Further details concerning the scope are listed at II.2.1.
The Contracting Authority previously published a requirement for Vehicle Telemetry under Contract Notice 2014/S 108-190315, which was subsequently cancelled. Within the e-sourcing suite that the Agent utilises to transact procurements that requirement was given the unique reference number RM 3701. This requirement is distinct from the cancelled procurement however it will be given Reference Number RM 3701(i). Potential providers are hereby cautioned not to confuse the two.
II.1.6)Common procurement vocabulary (CPV)
64226000, 31610000, 32440000, 32441000, 32441100, 32441200, 32441300, 50111110, 50330000, 51500000, 72250000, 72253000, 72254000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
1. Vehicle Telemetry Hardware and Software including installation, testing, support and ongoing maintenance. The successful Contractor will be responsible for installing the Telemetry Hardware and Software into Immigration Enforcement and Border Force Vehicles at locations across the UK. The Contracting Authority will not lease or own any Telemetry Hardware or Software supplied under this requirement, it will be supplied by the successful contractor and remain their property.
2. Capability – Providing real time information on Fleet activity.
a. Providing real time driving safety/style feedback.
b. Providing driver identification by discriminating between individual users via a user recognition capability.
c. Allows users to stipulate whether use is for business or private purpose by means of a switch.
d. Live time location of vehicles against a generic mapping solution.
e. Journey summaries pertaining to individual vehicles and fleet wide activity. This should include information such as journey duration, distance, and accurate recording of the route details.
f. Vehicle inactivity reporting.
3. Capability – Provide real time information on Driver behaviour.
a. Driving without a break, the Highway code recommends a minimum break of at least 15 minutes after every two hours of driving.
b. High trip mileage.
c. Incidents of excessive acceleration and braking.
d. Incidents of speeding in excess of the proscribed speed limits.
4. Capability – Fleet / Individual vehicle utilisation & Cost.
a. Capturing total number of trips.
b. Mileage information, with the ability to differentiate between business and private use.
c. Journey cost profile summary with the capability to provide indicative costs associated with idling, and.
d. Capture CO2 emissions associated with individual vehicles and fleet-wide use.
5. Capability – Fleet Maintenance alerts.
a. Real time alert reporting highlighting vehicle faults by accessing and interpreting fault codes.
b. Actual live odometer readings facilitating the reporting of vehicle Service due dates.
6. A web based portal that can be used to review the information generated by the telemetry solution.
a. The ability to generate exception reports that can be sent to users by E mail.
b. The portal should include a summary / dashboard feature which can be used at a glance to review fleet activity.
c. The portal should have the capability to permit the requirements manager to restrict and grant access.
7. The Successful contractor will be required to provide comprehensive information based on a number of options for dealing with the Hardware and Software at the end of the contract term.
8. The solution should have the capability to supply system upgrades remotely.
9. The Successful contractor will be required to participate at Contract Review meetings to discuss service provision.
10. The successful contractor will be required to provide a helpline service for dealing with customer queries.
The contract will be between the successful Supplier and the Contracting Authority (The Secretary of State for the Home Department acting through Border Force and Immigration Enforcement), not the Agent (Crown Commercial Service).
Estimated value excluding VAT: 1 040 400 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Participants are required to demonstrate compliance with the requirements of the Cyber Essentials scheme and ISO27001. Guidance concerning the Cyber Essentials Scheme can be located via the following link:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Agent’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for eSourcing tool’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a Contract if invited to do so. Full instructions for registration and use of the system can be found at:
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailingExpressionOfInterest@ccs.gsi.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Agent will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access its email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact the Agent’s Helpdesk : Freephone: +44 3450103503
email: supplier@ccs.gsi.gov.uk
Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Agent may take into account any of the following information:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the Contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1
The Agent may have regard to any of the following means in its assessment:
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Immigration Enforcement and Border Force Managed Telemetry Service for Vehicles Contract will be between the successful Supplier and the Contracting Authority, not the Agent.
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, the Agent intends to publish the Selection and Award Questionnaires, Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of the Agent. Further information on transparency can be found at:
The Agent expressly reserves the right (i) not to award the Contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will either the Agent or the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to Contract award is accordingly a matter solely for the commercial judgement of potential suppliers.
The duration of the Contract is for an initial 4 years with the option to extend a further 1 and 1 Years. Thus the potential duration of the Contract is 4+1+1 Years.
The value provided in Section II.2.1 is only an estimate and is based on the initial 4 year duration.
Please refer to the CCS website:
for information about how complaints are handled during the procurement process.
Please note that section IV.3.4 notes a time limit for receipt of Tenders as the “04/12/2014 09:00 BST”. For clarification, this should read as the “04/12/2014 09:00 GMT”.
VI.4.1)Body responsible for appeal procedures
None, but see note above)
VI.5)Date of dispatch of this notice: