Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/crown-commercial-service
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
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 Hardware and Software Solutions
Reference number: RM6143
II.1.2) Main CPV code
64226000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Crown Commercial Service is seeking to establish a framework agreement for the provision of vehicle telematics for Crown Bodies and other buyers identified at Section VI.3) of this notice.
This proposed agreement will replace the current RM3754 framework agreement. This new agreement will offer vehicle telematics products and services to help fleet managers improve the safety and efficiency of fleet operations.
The scope of the framework covers the United Kingdom of Great Britain and Northern Ireland.
Suppliers appointed to the framework will be responsible for the provision of:
a) vehicle telematics hardware, software and associated products;
b) data analysis and risk management solutions.
The full specification is set out in Framework Schedule 1 (Specification) which can be found in the attachments area of the event in the Bravo eSourcing suite.
The framework term is for an initial period of 24 months, with the option to extend by 2 further periods of 12 consecutive months.
II.1.5) Estimated total value
Value excluding VAT:
23 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Supply of Vehicle Telematics Hardware, Software and Associated Products
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.
Suppliers on this lot will provide vehicle telematics hardware and software solutions for lease, hire or purchase. This includes the provision of associated products such as cameras and tracking solutions for equipment which are fixed or stored within a vehicle. Suppliers may offer supply only and supply and fit solutions.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80 %
Price
/ Weighting:
20 %
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
II.2.14) Additional information
A framework contract will be awarded to 15 bidders for this lot. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
Lot No: 2
II.2.1) Title
Supply of Fleet Data Analysis and Risk Management Solutions
II.2.2) Additional CPV code(s)
31600000
32440000
32441000
32441100
32441200
32441300
50111110
50330000
51500000
64226000
72250000
72253000
72254000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Suppliers on this lot will provide a single point of access software platform designed to enable buyers to analyse data from multiple sources in 1 place in order to support their fleet operation, optimise fleet whole life costs and undertake effective risk management activities. Sources of data may be connected or non-connected.
Connected data is typically real-time, dynamic data extracted from a vehicle or telematics equipment which provides vehicle or driver related information, such as vehicle GPS location or driver behaviour. Non-connected data is historical and typically obtained from sources such as a database. The data provides relevant contextual information to support fleet and risk management, for example information related to a driver's training record, licence checks or the number of penalty points they have incurred.
Suppliers will provide a software solution that:
— can integrate with multiple connected and non-connected data sources and systems, allowing buyers to access these data streams in 1 software hub,
— will aggregate and normalise data from multiple sources, enabling buyers to analyse driver behaviour and vehicle usage in order to effectively manage risk,
— is hardware agnostic, facilitating effective fleet management by the buyer across all vehicle and telematics hardware manufacturers.
For avoidance of doubt, suppliers on Lot 2 may not provide hardware.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80 %
Price
/ Weighting:
20 %
II.2.6) Estimated value
Value excluding VAT:
3 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
II.2.14) Additional information
A framework contract will be awarded to 20 bidders for this lot. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an invitation to tender (‘ITT’) registering for access.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 with several operators.
Envisaged maximum number of participants to the framework agreement: 35
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:
An electronic auction will not be used at the framework level. However, Buyers reserve the right to use an electronic auction at the call-off stage.
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:
2019/S 114-279912
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/01/2020
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/01/2020
Local time: 15:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The value provided at II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework contract.
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/123f5a21-84e8-4b37-886c-6d6bf2304e
1) Notice transparency information for the agreement;
2) Notice authorised customer list;
3) Rights reserved for CCS framework.
CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and carry out due diligence accordingly.
On 2.4.2014 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 should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk 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 and services. The 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk
2. Select the link ‘I am a new supplier user’;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun and Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: if you require additional users from your organisation to see the invitation to tender ITT, Do Not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via ‘User Management’ > ‘ManageUsers’ > ‘Users’ > ‘Create’.
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link‘ITTs Open to All Suppliers’;
3) On the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurements listed, click on the procurement name you wish to access;
4) Click on Express Interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution at help@bravosolution.co.uk or 0800 069 8630.
VI.4) Procedures for review
VI.4.1) Review body
Crown Commercial Service
Liverpool
UK
VI.5) Date of dispatch of this notice
11/11/2019