Awarded contract

Vehicle Telematics Solutions

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice reference: 2024/S 000-010724

Published 3 April 2024, 11:41am



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vehicle Telematics Solutions

Reference number

RM6315

two.1.2) Main CPV code

  • 32441300 - Telematics system

two.1.3) Type of contract

Supplies

two.1.4) Short 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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £50,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Supply of vehicle telematics hardware, software and associated products

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-033256


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 March 2024

five.2.2) Information about tenders

Number of tenders received: 25

Number of tenders received from SMEs: 23

Number of tenders received by electronic means: 25

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.gov.uk/ccs

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £50,000,000


Section six. Complementary information

six.3) Additional information

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.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/

six.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3454102222

Country

United Kingdom