Tender for the Provision of Vehicle Telemetrics Hardware and Software
The Force requires a commercial of the shelf (COTS) Single platform with modular functionality to deliver an open and scalable fleet asset tracking capability via a web based secure access portal and associated hardware to be installed within force vehicles. At its core, the solution will provide three levels of functionality.
United Kingdom-Exeter: Telematics system
2014/S 244-430185
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Police and Crime Commissioner for Devon, Cornwall and the Isles of Scily
Endeavour House, Woodwater Park, Pynes Hill
Contact point(s): The South West Police Procurement Department (SwPPD)
For the attention of: Eyan Naylor
EX2 5WH Exeter
UNITED KINGDOM
Telephone: +44 1929460127
E-mail: eyan.naylor@devonandcornwall.pnn.police.uk
Internet address(es):
General address of the contracting authority: http://www.devon-cornwall.police.uk
Electronic access to information: https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Further information can be obtained from: The South West Police Procurement Department (SWPPD)
Police Headquarters, Middlemoor
Contact point(s): Fleet Category Manager
For the attention of: Mr Eyan Naylor
EX2 7HQ Exeter
UNITED KINGDOM
Telephone: +44 1929460127
E-mail: eyan.naylor@devonandcornwall.pnn.police.uk
Internet address: https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The South West Police Procurement Department (SWPPD)
Police Headquarters, Middlemoor
Contact point(s): Fleet Category Manager
For the attention of: Eyan Naylor
EX2 7HQ Exeter
UNITED KINGDOM
Internet address: https://uk.eu-supply.com/login.asp?B=BLUELIGHT
Tenders or requests to participate must be sent to: The South West Police Procurement Department (SWPPD)
Police Headquarters, Middlemoor
EX2 7HQ Exeter
UNITED KINGDOM
Internet address: https://uk.eu-supply.com/login.asp?B=BLUELIGHT
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
The Police and Crime Commissoner for Gloucestershire
No. 1 Waterwells, Waterwells Drive
GL2 2AN Quedgeley
UNITED KINGDOM
Avon and Somerset Police and Crime Commissioner
Police Headquarters, Valley Road
BS20 8JJ Portishead
UNITED KINGDOM
The Police And Crime Commissioner for Dorset
Dorset Police Headquarters, Winfrith
DT2 8DZ Dorchester
UNITED KINGDOM
The Police And Crime Commissioner for Wiltshire and Swindon
London Road
SN10 2RD Devises
UNITED KINGDOM
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 7: Computer and related services
Main site or location of works, place of delivery or of performance: Primarily within the South West Region of the UK however may expand depend on operational application.
NUTS code UKK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 6
Justification for a framework agreement, the duration of which exceeds four years: It is envisaged that the contract will commence in 2015 and run for an initial period of 4 years with an option to extend the duration of this contract up to an aggregate maximum extension of 2 years. Each individual extension shall be for a minimum period of 6 months and shall be for the period notified in writing. The notice will be given within one month prior to the end of the initial term of the contract or if already previously extended, prior to the end of the most recent extension.
The Justification for this term exceeding the usual 4 years is due to the anticipated average retention time of vehicles within the force being circa six years meaning that it would be counter productive to install units into vehicles which would take 12 months minimum to obtain baseline data for that vehicle only to have to then replace with an alternative unit before its anticipated end of life.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
It should be noted that the framework will be awarded to a single provider for all SAAS and hardware provision.
The Solution must be one of modular and scalable functionality that allows operational demands to dictate which functionality “modules” are needed to fulfil the particular capability gap and to have the flexibility to add, subtract, or amend which modules are fitted in the vehicles.
To be clear this means that the solution will operate effectively when utilising:
‘telemetric’ functionality only;
‘telemetric’ and ‘enhanced telemetric’ Functionality;
‘telemetric’ and ‘SAT.NAV.’ functionality; and/or
‘telemetric’, ‘enhanced telemetric’ and ‘SAT.NAV.’ Functionality.
Without affecting the efficacy and function of the system provided.
II.1.6)Common procurement vocabulary (CPV)
32441300 – FB03 – MA07 – JA07, 32441100 – JA07, 32440000 – MA07 – FB03, 32441000 – MA07 – FB03
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:
The Force(s) will require a degree of flexibility within the solution offered, as it will need to meet the changing needs of the Force(s). This should be borne in mind when developing responses. It should therefore be noted that the Force(s) will not accept any ‘minimum order quantity’ requirements under this Framework as the ability to procure additional singular units and associated support may be required in order to allow for the replacement of damaged equipment or if the ‘Total Fleet Requirement’ (TFR) changes beyond it’s current status due to unforeseen circumstances.
Estimated value excluding VAT:
Range: between 1 000 000 and 10 000 000 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
Description of particular conditions: As per Tender Documentation.
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: As per Tender Documentation.
III.2.3)Technical capacity
As per Tender Documentation.
Minimum level(s) of standards possibly required:
As per Tender Documentation.
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
Prior information notice
Notice number in the OJEU: 2014/S 162-290000 of 26.8.2014
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
Date: 2.2.2015 – 17:15
Place:
Via eTendering site as per instructions within the documentation.
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.3)Additional information
It should also be noted that this procurement is being undertaken to conclude a framework agreement between the Police and Crime Commissioner for Devon and Cornwall, and the successful Bidder under which the police services listed below can purchase a synonymous solution.
List of Police Forces: http://www.police.uk/?view=force_sites#force_sites
VI.4.3)Service from which information about the lodging of appeals may be obtained
The South West Police Procurement Department (SWPPD)
Devon and Cornwall Police HQ Middlemoor
EX2 7HQ Exeter
UNITED KINGDOM
E-mail: eyan.naylor@devonandcornwall.pnn.police.uk
Telephone: +44 1929460127
Internet address: http://www.devon-cornwall.police.uk
VI.5)Date of dispatch of this notice: