Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Vehicle Telematics Solutions

  • First published: 04 April 2024
  • Last modified: 04 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041746
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
04 April 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Crown Commercial Service has established a framework agreement for the provision of Vehicle Telematics Solutions to be utilised by the Central Government Departments and UK Public Sector Bodies identified at section VI.3 of this FTS contract notice, including Local Authorities, Health, Police, Fire and Rescue, Education, Voluntary Bodies and Charities.

This framework has replaced the previous CCS agreement Vehicle Telematics Hardware and Software Solutions RM6143.

Suppliers appointed to this framework are responsible for the provision of vehicle telematics hardware, software and associated services to help Buyers’ improve the efficiency of their fleet operations and optimise their fleet, driver and risk management.

The framework term is for an initial 24 month period with the option to extend for a further 12 consecutive months.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Vehicle Telematics Solutions

Reference number: RM6315

II.1.2) Main CPV code

32441300

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Crown Commercial Service has established a framework agreement for the provision of Vehicle Telematics Solutions to be utilised by the Central Government Departments and UK Public Sector Bodies identified at section VI.3 of this FTS contract notice, including Local Authorities, Health, Police, Fire and Rescue, Education, Voluntary Bodies and Charities.

This framework has replaced the previous CCS agreement Vehicle Telematics Hardware and Software Solutions RM6143.

Suppliers appointed to this framework are responsible for the provision of vehicle telematics hardware, software and associated services to help Buyers’ improve the efficiency of their fleet operations and optimise their fleet, driver and risk management.

The framework term is for an initial 24 month period with the option to extend for a further 12 consecutive months.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 50 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

31600000

32440000

32441000

32441100

32441200

32441300

50111110

50330000

51500000

64226000

72250000

72254000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Supply of vehicle telematics hardware, software and associated products

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 80

Price / Weighting:  20

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-033256

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/03/2024

V.2.2) Information about tenders

Number of tenders received: 25

Number of tenders received from SMEs: 23

Number of tenders received by electronic means: 25

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

URL: https://www.gov.uk/ccs

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 50 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/6e801f71-e011-46b0-86f1-d26bbdd6139f

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

03/04/2024

Coding

Commodity categories

ID Title Parent category
31600000 Electrical equipment and apparatus Electrical machinery, apparatus, equipment and consumables; lighting
51500000 Installation services of machinery and equipment Installation services (except software)
50330000 Maintenance services of telecommunications equipment Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
72254000 Software testing System and support services
72250000 System and support services Software programming and consultancy services
64226000 Telematics services Telecommunication services except telephone and data transmission services
32441300 Telematics system Telemetry equipment
32441200 Telemetry and control equipment Telemetry equipment
32440000 Telemetry and terminal equipment Networks
32441000 Telemetry equipment Telemetry and terminal equipment
32441100 Telemetry surveillance system Telemetry equipment
50111110 Vehicle-fleet-support services Fleet management, repair and maintenance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.