Award

Vehicle Telematics Solutions

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

This public procurement record has 3 releases in its history.

Award

03 Apr 2024 at 10:41

TenderUpdate

10 Nov 2023 at 15:49

Tender

10 Nov 2023 at 10:11

Summary of the contracting process

The buying organisation, The Minister for the Cabinet Office acting through Crown Commercial Service, has completed the procurement of "Vehicle Telematics Solutions" under the CPV classification of "Telematics system". This procurement falls under the goods category and is part of a framework agreement to improve fleet operations for Central Government Departments and UK Public Sector Bodies. The contract, valued at £50,000,000 GBP, was awarded on March 5, 2024, and is now in the active status.

This tender for Vehicle Telematics Solutions provides an opportunity for businesses to engage in the supply of telematics hardware, software, and associated services. Companies specialising in electrical equipment, telemetry systems, maintenance services, and software testing would find this tender well-suited for competition. The procurement method used was an open procedure with a tender period ending on December 11, 2023, and a bid validity period until June 9, 2024. Potential competitors should ensure compliance with Cyber Essentials requirements and eligibility for participation in unregulated purchases.

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 Solutions

Notice 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.

Lot Information

Lot 1

Supply of vehicle telematics hardware, software and associated products

Renewal: The initial duration of the Framework is 2 years, with an option to extend for 1 year

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-041746
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010724-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

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

50 - Repair and maintenance services

51 - Installation services (except software)

64 - Postal and telecommunications services

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


CPV Codes

31600000 - Electrical equipment and apparatus

32440000 - Telemetry and terminal equipment

32441000 - Telemetry equipment

32441100 - Telemetry surveillance system

32441200 - Telemetry and control equipment

32441300 - Telematics system

50111110 - Vehicle-fleet-support services

50330000 - Maintenance services of telecommunications equipment

51500000 - Installation services of machinery and equipment

64226000 - Telematics services

72250000 - System and support services

72254000 - Software testing

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
£50,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£50,000,000 £10M-£100M

Notice Dates

Publication Date
3 Apr 20241 years ago
Submission Deadline
11 Dec 2023Expired
Future Notice Date
Not specified
Award Date
5 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
Contact Name
Not specified
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
+44 3454102222

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

Supplier Information

Number of Suppliers
1
Supplier Name

SEE CONTRACTS FINDER NOTICE FOR FULL SUPPLIER LIST

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-h6vhtk-041746-2024-04-03T11:41:14+01:00",
    "date": "2024-04-03T11:41:14+01:00",
    "ocid": "ocds-h6vhtk-041746",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "RM6315",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Vehicle Telematics Solutions",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "32441300",
            "description": "Telematics system"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Supply of vehicle telematics hardware, software and associated products",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "value": {
                    "amount": 50000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 2 years, with an option to extend for 1 year"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31600000",
                        "description": "Electrical equipment and apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32440000",
                        "description": "Telemetry and terminal equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32441000",
                        "description": "Telemetry equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32441100",
                        "description": "Telemetry surveillance system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32441200",
                        "description": "Telemetry and control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32441300",
                        "description": "Telematics system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50111110",
                        "description": "Vehicle-fleet-support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50330000",
                        "description": "Maintenance services of telecommunications equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51500000",
                        "description": "Installation services of machinery and equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64226000",
                        "description": "Telematics services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72254000",
                        "description": "Software testing"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-12-11T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-06-09T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2023-12-11T15:00:00Z"
        },
        "bidOpening": {
            "date": "2023-12-11T15:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "https://www.contractsfinder.service.gov.uk/Notice/Manage/Review/8a7f2167-235d-462d-af7b-f49c30adcbae"
                        },
                        "newValue": {
                            "text": "https://www.contractsfinder.service.gov.uk/Notice/8a7f2167-235d-462d-af7b-f49c30adcbae"
                        },
                        "where": {
                            "section": "VI.3"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-575",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk",
                "url": "https://crowncommercialservice.bravosolution.co.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-49012",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street. L3 9PP",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3454102222",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-575",
        "name": "The Minister for the Cabinet Office acting through Crown Commercial Service"
    },
    "language": "en",
    "awards": [
        {
            "id": "010724-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-49012",
                    "name": "See Contracts Finder Notice for full supplier list"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "010724-2024-1",
            "awardID": "010724-2024-1",
            "status": "active",
            "value": {
                "amount": 50000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-05T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 25
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 23
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 25
            }
        ]
    }
}