Vehicle Telematics Framework for UK Public Sector
The vast majority of vehicles to be utilised under this Framework Agreement will be Cars and Light Commercial Vehicles.
United Kingdom-Liverpool: Telematics services
2015/S 215-392662
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Crown Commercial Service
9th Floor The Capital Old Hall Street
Contact point(s): RM3754, supplier@crowncommercial.gov.uk
L3 9PP Liverpool
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: eenablement@crowncommercial.gov.uk
Internet address(es):
General address of the contracting authority: http://www.gov.uk/ccs
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
Other: public procurement
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 some limited requirements overseas.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 20
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 10 788 000 and 24 250 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Vehicle Telematics Goods and Services will be for use by UK public sector authorities identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies and Local Authorities.
The above Public Sector Bodies have a need for Vehicle Telematics Goods and Services.
The vast majority of vehicles to be utilised under this Framework Agreement will be Cars and Light Commercial Vehicles, however there will be a requirement for the Supplier to provide data recording devices and associated equipment which are suitable for fitting into other Contracting Authority assets such as: agricultural vehicles; construction equipment; plant and boats.
The Authority expressly reserves the right (i) not to award any 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 the Authority be liable for any costs incurred by the Potential Providers. If the Authority decides to enter into a Framework Agreement with the Potential Providers, 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 Providers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the Potential Provider and the specific requesting other Contracting Authority(s). The Authority and other Contracting Authority(s) utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
A detailed description of the Services that the Supplier will be required to practice under this Framework Agreement are set out in Attachment 4b Framework Agreement Schedule 2 Part A (Goods and Services).
II.1.6)Common procurement vocabulary (CPV)
64226000, 31600000, 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:
Estimated value excluding VAT:
Range: between 10 788 000 and 24 250 000 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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met; Potential Providers will be assessed in accordance with Section 5 of Chapter 2 of the Public Contracts Regulations 2015, (implementing Title II, Chapter III, Section 3, Sub-section I of Directive 2014/24/EU), on the basis of information provided in response to an Invitation to Tender (‘ITT’).
This procurement will be managed electronically via the Authority’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 eSourcing Suite, please go online to:https://gpsesourcing.cabinetoffice.gov.uk, you can then access the link ‘Register for CCS eSourcing’. 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:
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailingexpressionofinterest@crowncommercial.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 Authority 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 to Emptoris 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 Crown Commercial Service Support Desk email:eenablement@crowncommercial.gov.uk
A full copy of the ITT documentation for this procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice:
http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline
Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
The Contracting Authority may take into account any of the following information:
a) A copy of the audited accounts for the most recent two years, if available; or (alternatively):
b) A statement of the turnover, profit & loss account, current liabilities and assets, and cash flow for the most recent year of trading for this organisation; or
c) A statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or
d) Alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Potential Providers will be assessed in accordance with Section 5 of the Regulations implementing the Directive, on the basis of information provided in response to an Invitation to Tender (ITT)
The Authority may take into account the following information:
(a) Up to two suitable contract examples, from the public or private sector, where similar requirements to those sought under this Procurement have been performed. Contracts should have been performed during the past three years. Customer contacts must be warned they may be contacted by Crown Commercial Service, to verify the accuracy of the information provided at any time;
(b) a list of the principal deliveries or main services provided over the past 3 years, with the sums, dates and recipients, whether public or private, involved;
(c) a description of the technical facilities and measures used by the Potential Provider for ensuring quality and data security;
(d) an indication of the proportion of the contract which the Potential Provider intends possibly to subcontract.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
Minimum level(s) of standards possibly required:
As stated in the Invitation to Tender (ITT).
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: 2015/S 99-179939 of 23.5.2015
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
Date: 9.12.2015 – 15:00
Place:
Electronic.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authority. Further information on transparency can be found at:
The Authority has decided that this Procurement is being tendered as a single Lot and that it should not be subdivided. The intention under this framework agreement is for Contracting Authorities to derive wider scale benefits and efficiencies (ie economies of scale in terms of access to a single centralised system for goods and services, consolidated single invoicing, single point of contact for all issues, escalations and consolidated MI reporting, transparency and analysis of the data).
The Authority may extend the duration of this Framework Agreement from the expiry of the Initial Framework Period of 2 consecutive years for up to a maximum of 2 further terms, each of these further terms being up to a maximum of 12 months duration (each of these further terms referred to as ‘Extension Framework Period’) by giving the Supplier no less than 1 Months written notice.
The duration referenced in Section II.1.4 is for the placing of orders.
In reference to section II.1.4 Maximum number of participants allowed. Framework Agreements will be concluded with the maximum number of Suppliers. This may increase only where two or more Potential Providers have tied scores and are placed in the last position.
The Contracting Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only.
The value provided in Section II.1.4 is only an estimate. The Contracting Authority does not provide any guarantee in respect of the levels or aggregate value of the Goods and Services which the Contracting Authority shall require the Supplier to provide during the Framework Period.
The Framework Agreement will be accessible for use by all UK Central Government Departments and their Arm’s Length Bodies and agencies; Non-Ministerial Department and Executive Agencies; and the Wider Public Sector (and any future successors to these organisations). As at the publication of this Contract Notice the latest list of these Contracting Authorities can be found in the Office for National Statistics’ Public Sector Classification Guide (see the ‘Central Government’ worksheet in the ‘Public Sector Classification Guide — October 2015’ spreadsheet found at:
Entities which are not public sector bodies may also use the Framework Agreements if the Contracting Authority is satisfied that:
— such entity is Call Off Agreement Services directly, solely and exclusively in order to satisfy contractual obligations to 1 or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account;
— all goods to be called-off by it are to be used directly, solely and exclusively to provide energy at sites occupied by such public sector body(ies); and
— it will pass the benefit of the call-off contract to such public sector body(ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body(ies), who must be able to benefit from the terms of the Framework Agreements in a like manner and to the same extent as if using the Framework Agreements on its/their own account.
This Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another Contracting Authority listed above in this section VI.3) of this notice;
(ii) subject to management supervision by another Contracting Authority listed above in this section VI.3) of this notice; or
(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another Contracting Authority listed above in this section VI.3) of this notice;
(iv) an association of or formed by one or more of the Contracting Authorities listed above in this section VI.3) of this notice
Entities which are not public sector bodies may also use the Framework Agreements if the Authority is satisfied that:
— such entity is calling-off goods and services directly, solely and exclusively in order to satisfy contractual obligations to one or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account;
— all goods to be called-off by it are to be used directly, solely and exclusively to provide energy at sites occupied by such public sector body(ies); and
— it will pass the benefit of the call-off contract to such public sector body(ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body(s), who must be able to benefit from the terms of the Framework Agreements in a like manner and to the same extent as if using the Framework Agreements on its/their own account.
VI.5)Date of dispatch of this notice: