Opportunity

Supply and Delivery of the Service, Maintenance, Repair and Inspection for the Metropolitan Police Service's Overt Fleet. Procurement 5: Lot 1: Systems Integrator and Lot 2: Vehicle Collection and Delivery

  • Metropolitan Police Service

F02: Contract notice

Notice reference: 2022/S 000-001743

Published 20 January 2022, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

Metropolitan Police Service

Kilburn Police Station

LONDON

NW6 6LT

Contact

Samantha Richardson

Email

Samantha.Richardson@met.police.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of the Service, Maintenance, Repair and Inspection for the Metropolitan Police Service's Overt Fleet. Procurement 5: Lot 1: Systems Integrator and Lot 2: Vehicle Collection and Delivery

Reference number

COUPA EVENT REF 387

two.1.2) Main CPV code

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.1.3) Type of contract

Services

two.1.4) Short description

On behalf of the contracting authority, the Mayor's Office for Policing and Crime (MOPAC), the Metropolitan Police Service (MPS) is seeking through this tender opportunity to invite potential Suppliers to tender for the Supply and Delivery for the Service, Maintenance, Repair and Inspection of Metropolitan Police Service's Overt Fleet.

This procurement is being issued for tender via the Competitive Procedure with Negotiation (CPN).

Procurement 5 is part of a SMR&I multi-operating model. Further procurements that form part of this model will be later issued for tender via the CPN process in 2022.

We are releasing the Selection Questionnaire (SQ) for initial selection of potential Suppliers, of whom if they pass the SQ stage, will be directly invited to submit a bid via the Invitation to Negotiate (ITN) stage of the procurement process on Coupa.

The SQ will be conducted via the PCR 2015 CPN hosted on the MPS e-Tendering platform, Coupa.

This SQ applies to the following lots as part of procurement 5:

• Procurement 5- Lot 1: Systems integrator

• Procurement 5- Lot 2: Vehicle collection and delivery

The Authority intends to award a Contract or Contracts for these lots for a minimum period of seven years, with an option to extend for three further periods of one year each.

There is a separate SQ for each lot as part of procurement 5 and potential suppliers can submit an SQ for either or both lots.

Potential suppliers wishing to participate in this SQ opportunity and view all/any associated documents are invited to register via the following link:

(please copy and paste the link into your internet browser)

The Coupa Sourcing Event reference is 387. Please search for this event reference.

The Statement of Requirements will be attached on Coupa.

In addition, attached on Coupa are a Non-disclosure agreement and Official Secrets Act (1989) declaration which must be signed for entrance to the Virtual Data Room (VDR) which holds further data and documentation that may aid SQ responses and inform suppliers of their capability to deliver the contracted services.

Further information about all procurements as part of this SMR&I multi-operating model can be found via the Prior Information Notice (PIN) here:

https://www.find-tender.service.gov.uk/Notice/031509-2021

PIN Publication reference: 2021/S 000-031509

two.1.5) Estimated total value

Value excluding VAT: £85,000,000

two.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

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Combining lots 1 and 2.

two.2) Description

two.2.1) Title

Systems Integrator

Lot No

1

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Lot 1 Systems Integrator shall act as the integrating partner across the whole outsourced fleet, in order to coordinate demand across Authority customers and respective SMR&I providers or supply chains and deliver SMR&I services.

Services in scope for delivery by Lot 1 Systems Integrator:

a) Collaborate with all SMR&I providers to co-ordinate all events.

b) Undertake customer management and contact centre.

c) Undertake roadside assistance and vehicle recovery events.

d) Organise collection and delivery events, vehicle movements or exchanges with Lot 2 Collection and Delivery agent.

e) Undertake vehicle administration, driving offence management and fuel card replacement.

f) Organise maintenance scheduling and maintaining vehicle uptime targets and prioritising SMR&I events to meet service demands with SMR&I providers.

g) Organise the repair, replacement or upgrade of fitted Authority vehicle equipment, technologies and software with SMR providers.

h) Comply with Authority technical, physical and data security standards, as set out in the technical standards and schedules.

i) Provide trend analysis and innovation to improve overall fleet uptime and customer experience.

j) Manage their own supply chain and make use of suitable frameworks for glass, tyres and oils or lubricants to reduce costs.

Further information can be found in the Statement of Requirements on Coupa.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £36,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The contract is for a minimum period of seven (7) years, with an option to extend for three (3) further periods of one (1) year each.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is for a minimum period of seven (7) years, with an option to extend for three (3) further periods of one (1) year each.

two.2) Description

two.2.1) Title

Collection and Delivery

Lot No

2

two.2.2) Additional CPV code(s)

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2- Collection and Delivery shall act as the delivery agent for all driveable vehicle movements, exchanges, collections and deliveries.

Services in scope for delivery by Lot 2 Collection and Delivery

a) Collaborate with the Lot 1 Systems Integrator to coordinate all events.

b) Undertake driveable collection and delivery events, vehicle movements and exchanges.

c) Comply with Authority technical, physical and data security standards, as set out in the technical standards and schedules.

d) Provide trend analysis and innovation to improve overall fleet uptime and customer experience.

Further information can be found in the Statement of Requirements on Coupa.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £49,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

The contract is for a minimum period of seven (7) years, with an option to extend for three (3) further periods of one (1) year each.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is for a minimum period of seven (7) years, with an option to extend for three (3) further periods of one (1) year each.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 February 2022

Local time

5:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Ranking and Selection

Subject to the provisions of Regulation 65, the Authority intends to invite all Applicants (and a minimum of three (3) Applicants) to the next stage of the Process where those Applicants:

(1) meet all eligibility requirements in Part 1 of the SQ Response Form as set out in the Evaluation Methodology;

(2) are awarded a pass for all aspects of the evaluation which are assessed on a pass / fail basis in accordance with the SQ Evaluation Methodology;

noting that the Authority reserves the right to disqualify an Applicant who scores a zero (0) in one or more of their responses to scored questions and/or scores three (3) or more ones (1) in their responses to scored questions.

Those Applicants who are shortlisted shall receive the Authority's ITN and associated documentation.

Applicants who have been unsuccessful will be notified and will take no further part in the Process.

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Country

United Kingdom