Tender

Vehicle Telematics Framework Agreement

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Tender

18 Nov 2016 at 20:17

Summary of the contracting process

The Crown Commercial Service is conducting a tender for the "Vehicle Telematics Framework Agreement," aimed at establishing a comprehensive framework for the provision of vehicle telematics goods and services across the UK and Europe. This contract is categorised as services in the telematics industry and addresses the needs of public sector authorities, including Central Government Departments, Local Authorities, and non-departmental public bodies. The tender is currently open for applications, with a deadline for submissions set for 9th December 2015. The anticipated value of the framework is £24,250,000, spanning a contract period from 17th February 2016 to 16th February 2018, through an open procurement procedure.

This opportunity presents significant potential for businesses specialising in telematics and related services, particularly those that can supply data recording devices suitable for a diverse range of vehicles, including agricultural and construction equipment. Small and medium-sized enterprises (SMEs) are encouraged to participate, as they can benefit from the extensive network of public sector clients that will utilise the framework. Companies equipped to deliver fleet management, maintenance services, and technical support will find this tender especially relevant, enabling them to expand their market reach and foster long-term client relationships within the public sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Vehicle Telematics Framework Agreement

Notice Description

Crown Commercial Service (CCS), is seeking to establish a pan government Framework Agreement for the provision of Vehicle Telematics Goods and Services to vehicles which are based and/or travelling throughout the United Kingdom of Great Britain and Northern Ireland, including the Highlands and Islands of Scotland and into Europe. The Vehicle Telematics Goods and Services will be for use by UK public sector authorities identified at VI.3 {of the OJEU Contract Notice} (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)

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-f76b2adf-adc8-11e6-9901-0019b9f3037b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/74febc97-85a5-49bf-957a-d8308fc120db
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

50 - Repair and maintenance services

64 - Postal and telecommunications services

72 - IT services: consulting, software development, Internet and support


CPV Codes

32441000 - Telemetry equipment

50111000 - Fleet management, repair and maintenance services

64226000 - Telematics services

72253000 - Helpdesk and support services

Notice Value(s)

Tender Value
£24,250,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Nov 20169 years ago
Submission Deadline
9 Dec 2015Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
17 Feb 2016 - 16 Feb 2018 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-f76b2adf-adc8-11e6-9901-0019b9f3037b-2016-11-18T20:17:16Z",
    "date": "2016-11-18T20:17:16Z",
    "ocid": "ocds-b5fd17-f76b2adf-adc8-11e6-9901-0019b9f3037b",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM3754",
        "title": "Vehicle Telematics Framework Agreement",
        "description": "Crown Commercial Service (CCS), is seeking to establish a pan government Framework Agreement for the provision of Vehicle Telematics Goods and Services to vehicles which are based and/or travelling throughout the United Kingdom of Great Britain and Northern Ireland, including the Highlands and Islands of Scotland and into Europe. The Vehicle Telematics Goods and Services will be for use by UK public sector authorities identified at VI.3 {of the OJEU Contract Notice} (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)",
        "datePublished": "2015-11-06T08:51:26Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "64226000",
            "description": "Telematics services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "32441000",
                "description": "Telemetry equipment"
            },
            {
                "scheme": "CPV",
                "id": "50111000",
                "description": "Fleet management, repair and maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "72253000",
                "description": "Helpdesk and support services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 10788000,
            "currency": "GBP"
        },
        "value": {
            "amount": 24250000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2015-12-09T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2016-02-17T00:00:00Z",
            "endDate": "2018-02-16T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/74febc97-85a5-49bf-957a-d8308fc120db",
                "datePublished": "2015-11-06T08:51:26Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
                "description": "Attachment 3 - Award questionnaire Vehicle Telematics V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ef15b471-db6a-4538-aa5b-3d3da4dc9577",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet",
                "description": "Attachment 11 - Financial Assessment Template V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/bdfb60cb-d6dc-4e33-99c2-7a1c7fd17d0a",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "4",
                "documentType": "application/pdf",
                "description": "Attachment 6 - Terms of Participation V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fe4d3f13-c188-41cf-afca-9dcf061ebdcc",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "documentType": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
                "description": "Attachment 5 - Framework Agreement Schedule 4 Order Form & Call Off Terms V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fcd4e4cc-2b9f-452f-aa37-04817e3c8d2f",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "6",
                "documentType": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
                "description": "Attachment 1 - Invitation to Tender V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/33c8a981-232e-4ae9-a491-a5990bb5bc72",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "7",
                "documentType": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
                "description": "Attachment 10 - Framework Population Template V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/86041665-45b7-4141-bba2-e279ad0ed33e",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "8",
                "documentType": "application/pdf",
                "description": "Attachment 7 - Declaration of Compliance V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b8687331-0128-49b0-857c-c6e4556391c2",
                "format": "application/pdf"
            },
            {
                "id": "9",
                "documentType": "application/pdf",
                "description": "2015-OJS215-392662-en",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/ff7f6372-6e4b-47cd-a8cb-d42d1060d737",
                "format": "application/pdf"
            },
            {
                "id": "10",
                "documentType": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
                "description": "Attachment 4 - Framework Agreement V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c570125a-825c-49e3-9ff4-dbce1eb66fb3",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "11",
                "documentType": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
                "description": "Attachment 4b - Framework Schedule 2 Part A Goods and Services V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/95f0743e-fc35-4aa5-8cf3-acb29fff3e84",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "12",
                "documentType": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet",
                "description": "Attachment 9 - Pricing Matrix V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e90e3c8d-b33a-4456-8d27-be00b85b1a65",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "13",
                "documentType": "application/pdf",
                "description": "Attachment 2 - Participation Requirements and Selection Questionnaire Guidance V1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c288bfb3-36ef-45d3-9646-c06ebcc6c6a0",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "0345 010 3503"
            },
            "details": {
                "url": "http://www.gov.uk.ccs"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}