Supply of Winter Service Tracking System
Devon County Council requires a winter service fleet tracking system so that they can deliver an effective and efficient winter service.
United Kingdom-Exeter: Telemetry and control equipment
2015/S 108-196614
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Devon County Council
County Hall Room 120, Topsham Road
For the attention of: Mr Mike Newport
EX2 4QD Exeter
UNITED KINGDOM
Telephone: +44 1392383000
E-mail: michael.newport@devon.gov.uk
Internet address(es):
General address of the contracting authority: http://www.devon.gov.uk
Address of the buyer profile: www.supplyingthesouthwest.org.uk
Electronic access to information: www.supplyingthesouthwest.org.uk
Electronic submission of tenders and requests to participate: www.supplyingthesouthwest.org.uk
Further information can be obtained from: Devon County Council
County Hall Room 120, Topsham Road
For the attention of: Mr Mike Newport
EX2 4QD Exeter
UNITED KINGDOM
Telephone: +44 1392383000
E-mail: michael.newport@devon.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Devon County Council
County Hall Room 120, Topsham Road
For the attention of: Mr Mike Newport
EX2 4QD Exeter
UNITED KINGDOM
Telephone: +44 1392383000
E-mail: michael.newport@devon.gov.uk
Tenders or requests to participate must be sent to: Devon County Council
County Hall Room 120, Topsham Road
For the attention of: Mr Mike Newport
EX2 4QD Exeter
UNITED KINGDOM
Telephone: +44 1392383000
E-mail: michael.newport@devon.gov.uk
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 20: Supporting and auxiliary transport services
NUTS code UKK4
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)
Award criteria:
Qualitative proposals — 60 % of overall award criteria.
Quality question EA1. Please identify what data stored on your system is personal data, i.e. driver name or identity and how this is managed with the requirement in section B — D11 Data Protection. This question is not scored — for information only.
Quality question EA2. What resources will be allocated to the project in order to ensure its successful implementation? What will be your approach to project management in order to ensure successful implementation? How will you work with the Council to implement the contract?
This question scores 10 out of 100.
Quality question EA3. What steps have you taken to ensure the system is robust and resilient? What was the availability of your system over the past winter period (Oct to Apr)? Provide details of your Disaster Recovery and Business Continuity Plan and detail of your back-up arrangement.
This question scores 10 out of 100.
Quality question EA4. Provide examples of the usability of your system, its intuitive nature and the look and feel of the user interface.
This question scores 15 out of 100.
Quality question EA5. Please provide examples how the winter service fleet can be monitored in real time on the 37 routes by control room staff and easily notifying when something is going wrong.
This question scores 10 out of 100.
Quality question EA6. Provide a sample of the standard summary report that meets the requirements of specification B6.22a,b,c,d and other reports of added value that should be of interest for this contract.
This question scores 15 out of 100.
Quality question EA7. Provide details of your helpdesk to include how it is suitably staffed for normal working hours during the winter maintenance period 1st October until 30th April to support your operation and the requirements of this contract.This question scores 6 out of 100.
Quality question EA8. How does your system interface to the Econ control box and provide examples of previously interfacing with Econ systems?
This question scores 12 out of 100.
Quality question EA9. Describe how you determine the optimal frequency for data transmission from the vehicles and how this optimises expenditure on transmission costs whilst providing an adequate level of detail.
This question scores 6 out of 100.
Quality question EA10. Describe how you calculate actual salt usage from available data and determine the tolerance levels.
This question scores 6 out of 100.
Quality question EA11.
What innovation can you bring to this contract that may be of interest to the Council and at what additional cost, if any?
This question is not scored — for information only.
Quality question EA12. Provide details of other similar projects you have worked on and how you planned and carried out your work.
This question scores 10 out of 100.
Quality question EA13. Please provide an example of your public web interface as detailed in specification B6.23.and how it can be integrated with the Authorities ‘look and feel’.
This question is not scored — for information only.
Tender price — 40 % of overall award criteria.
II.1.6)Common procurement vocabulary (CPV)
32441200, 64226000, 32441300, 38112100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 0 and 370 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
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.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: In accordance with article 57 of Directive 2014/24/EU and Regulation 57 of the Public Contracts Regulations 2015 and as set out in the invitation to tender document available from the address in section I.1).
III.2.3)Technical capacity
In accordance with article 57 of Directive 2014/24/EU and Regulation 57 of the Public Contracts Regulations 2015 and as set out in the invitation to tender document available from the address in section I.1).
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.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Qualitative. Weighting 60
2. Price. Weighting 40
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
Notice on a buyer profile
Notice number in the OJEU: 2015/S 4-004408 of 7.1.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: