Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Ffôn: +44 3450103503
E-bost: supplier@crowncommercial.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/government/organisations/crown-commercial-service
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://crowncommercialservice.bravosolution.co.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://crowncommercialservice.bravosolution.co.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Vehicle Telematics Hardware and Software Solutions
Cyfeirnod: RM6143
II.1.2) Prif god CPV
64226000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
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) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 23 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 2
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Supply of Vehicle Telematics Hardware, Software and Associated Products
II.2.2) Cod(au) CPV ychwanegol
31600000
32440000
32441000
32441100
32441200
32441300
50111110
50330000
51500000
64226000
72250000
72254000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 80 %
Price
/ Pwysoliad:
20 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 20 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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.
Rhif y Lot 2
II.2.1) Teitl
Supply of Fleet Data Analysis and Risk Management Solutions
II.2.2) Cod(au) CPV ychwanegol
31600000
32440000
32441000
32441100
32441200
32441300
50111110
50330000
51500000
64226000
72250000
72253000
72254000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 80 %
Price
/ Pwysoliad:
20 %
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 35
IV.1.6) Gwybodaeth am arwerthiant electronig
Defnyddir arwerthiant electronig
Gwybodaeth ychwanegol am arwerthiant electronig:
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) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2019/S 114-279912
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
06/01/2020
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
06/01/2020
Amser lleol: 15:01
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Crown Commercial Service
Liverpool
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
11/11/2019