Vehicle Telematics Framework for Public Sector Organisations
A national framework agreement with multiple suppliers for vehicle telematics provision to public sector organisations.
United Kingdom-Leicester: Telematics system
2017/S 038-068425
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
United Kingdom
Contact person: Mrs Katarina Zveushe
Telephone: +44 1162657853
E-mail: tenders@espo.org
NUTS code: UKF21
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:
545_17 Vehicle Telematics and Associated Products and Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A national framework agreement with multiple suppliers for vehicle telematics provision to public sector organisations. The requirement is split into 2 lots; Lot 1 Hire of Vehicle Telematics and Associated Products and Services, Lot 2 Outright Purchase of Vehicle Telematics and Associated Products and Services. It is envisaged that most of the customers accessing the framework will have a requirement for a vehicle telematics system suitable for cars and light commercial vehicles. However, some customers may wish to use the framework to procure a telematics solution for their specialist vehicles, e.g. winter gritting vehicles, snow ploughs and refuse collection vehicles.
To tender: (a) Go to www.eastmidstenders.org (b) Register (c) Search for tender opportunity ‘545_17’ d) Express an interest (e) Download the tender from the website.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Hire of Vehicle Telematics and Associated Products and Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 1 covers the hire of a Telematics system. The Customer shall pay a 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 Customer stated in the Contract.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
II.2.1)Title:
Outright Purchase of Vehicle Telematics and Associated Products and Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 2 covers the outright purchase of a telematics system. The Customer may choose to either:
a) Outright purchase the data recording device and associated equipment and other required products and pay a monthly fee per vehicle for the service required during the contract term; or
b) Pay a lump sum to purchase the data recording device and associated equipment, and other products and services required, as well as pay upfront for the service required during the contract term.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union funds
II.2.14)Additional information
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
This contract will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.
Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Limited.
Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU of the European Parliament and of the Council, the Framework Agreement is open for use by Public Bodies (definedhttps://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into 1 of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire and Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas is available on:http://www.espo.org/About-us-%281%29/FAQs/Legal
VI.4.1)Review body
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
United KingdomInternet address:www.espo.org
VI.4.3)Review procedure
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Related Posts
Supply of Service Management and Vehicle Tracking System
Supply and Installation of a Vehicle Tracking System
Vehicle Hire Framework 2017 – Kent
Driving Training Framework Yorkshire