{
    "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
            }
        ]
    }
}