Vehicle Telematics Implementation Services
Shetland Islands Council is seeking to contract with a suitably qualified professional provider of Vehicle Tracking and Telematic Services to provide vehicle telematics.
United Kingdom-Lerwick: Telematics system
2016/S 127-227853
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
8 North Ness Business Park
Lerwick
ZE1 0LZ
United Kingdom
Telephone: +44 1595744595
E-mail: contract.admin@shetland.gov.uk
Fax: +44 1595744667
NUTS code: UKM66
Internet address(es):Main address: www.shetland.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00402
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Vehicle Telematics Implementation.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Shetland Islands Council is seeking to contract with a suitably qualified professional provider of Vehicle Tracking and Telematic Services to provide vehicle telematics for a range of vehicles and plant used by Shetland Islands Council and its partners. It is anticipated that the project will cover the Council’s entire vehicle fleet. There are two options available for Tenderers to consider. Option 1 (Purchase and Airtime) and Option 2 (Direct Rental from Supplier). Tenders may be submitted for either or both options.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Shetland Islands Council is seeking to contract with a suitably qualified professional provider of Vehicle Tracking and Telematic Services to provide vehicle telematics for a range of vehicles and plant used by Shetland Islands Council and its Partners.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Detailed in the Tender Documents.
II.2.9)Information about the limits on the number of candidates to be invited
It is envisaged that between 5-10 suitably qualified candidates will be invited to tender.
In accordance with section 66 of the Public Contracts (Scotland) Regulations 2015 the objective and non-discriminatory criteria or rules that the Council intends to apply to limit the number of candidates meeting the selection criteria specified or referred to in the ESPD that the Council will invite to tender is:
— Passing all questions in the Minimum Systems Requirement document.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.14)Additional information
Contract Award criteria is to be found in the Additional Information published as part of this contract notice.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Three years accounts and business reports for the contracting entity;
Overall turnover detailing those of a similar service over the last 3 years;
Appropriate bank reference of a minimum value of GBP 300 000;
Evidence of current Employer’s and Public and Products Liability Insurance at a minimum of GBP 10 000 000 and GBP 5 000 000 respectively.
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Contract performance criteria and Key Performance Indicators are included in the Tender Documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
In accordance with the EU regulations, full and direct access to the procurement documents is available from the date of this notice and the internet address from which they are available is the Public Contracts Scotland website noted below.
Economic operators are required to complete and submit the European Single Procurement Document (ESPD) together with the Minimum Systems Requirements document by the closing date for Expressions of Interest.
The contract documents, which include the contract award criteria, are for information only during the selection stage and should not be completed or submitted unless expressly invited to do so by the contracting authority.
It is envisaged that between 5-10 suitably qualified candidates will be invited to tender.
In accordance with section 66 of the Public Contracts (Scotland) Regulations 2015 the objective and non discriminatory criteria or rules that the Council intends to apply to limit the number of candidates meeting the selection criteria that the Council will invite to tender is:
— Passing all questions in the Minimum Systems Requirements document.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=450934.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:450934).
VI.4.1)Review body
8 North Ness Business Park
Lerwick
ZE1 0LZ
United Kingdom
Telephone: +44 1595744595
Fax: +44 1595744667Internet address:www.shetland.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Supply Fleet Tracking System to North Lanarkshire Council
Framework Contract for Supply of Commercial Vehicles
Provide Vehicle Recovery Services in London
Windscreen Replacement Services for Motor Vehicles