Section one: Contracting authority
one.1) Name and addresses
Devon County Council
County Hall, Topsham Road
Exeter
EX2 4QD
Contact
Mr Rob Gilbert
Telephone
+44 1392383000
Country
United Kingdom
Region code
UKK43 - Devon CC
Internet address(es)
Main address
Buyer's address
http://www.supplyingthesouthwest.org.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.supplyingthesouthwest.org.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.supplyingthesouthwest.org.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CP2306-22 Winter Service Vehicle Fleet (Gritter) Tracking System
Reference number
DN642686
two.1.2) Main CPV code
- 64226000 - Telematics services
two.1.3) Type of contract
Services
two.1.4) Short description
Devon County Council (DCC) requires a Winter Service Fleet Tracking System to track, monitor and record gritting activities across the road/cycleway network it has responsibility for within the county of Devon in order that it can deliver an effective and efficient Winter Service in accordance with the DCC’s Winter Service policies and procedures.
DCC requires the system to be web-based, externally hosted and accessible by the Authority's staff and those of the contractor who operates and manages the winter fleet along with the provision and installation of the necessary hardware into the winter service fleet to allow the vehicles to be tracked/monitored. The winter fleet currently consists of 37 dedicated front line vehicles, 12 dedicated reserve vehicles and a small fleet of white-out vehicles with demountable vehicle bodies. As a minimum the front line vehicles will be required to be tracked/monitored and equipped with the necessary hardware although consideration may be given to tracking/monitoring some or all of the remaining winter fleet during the contract.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32441200 - Telemetry and control equipment
- 32441300 - Telematics system
- 38110000 - Navigational instruments
two.2.3) Place of performance
NUTS codes
- UKK43 - Devon CC
two.2.4) Description of the procurement
Devon County Council (DCC) requires a Winter Service Fleet Tracking System to track, monitor and record gritting activities across the road/cycleway network it has responsibility for within the county of Devon in order that it can deliver an effective and efficient Winter Service in accordance with the DCC’s Winter Service policies and procedures.
DCC requires the system to be web-based, externally hosted and accessible by the Authority's staff and those of the contractor who operates and manages the winter fleet along with the provision and installation of the necessary hardware into the winter service fleet to allow the vehicles to be tracked/monitored. The winter fleet currently consists of 37 dedicated front line vehicles, 12 dedicated reserve vehicles and a small fleet of white-out vehicles with demountable vehicle bodies. As a minimum the front line vehicles will be required to be tracked/monitored and equipped with the necessary hardware although consideration may be given to tracking/monitoring some or all of the remaining winter fleet during the contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by up to two further periods of 12 months each.
two.2.10) Information about variants
Variants will be accepted: No
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.1.8) 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: 2022/S 000-032824
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 May 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The authority reserves the right to cancel the procurement process at any stage. The authority does not bind itself to accept the lowest or any tender, and reserve the right not to award a contract. The authority reserves the right to award the contract in part, or to call for new tenders should they consider this necessary. Economic operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from them in connection with their participation in this procurement, whether incurred directly by them or their advisors or subcontractors and regardless of whether such costs arise as a consequence direct or indirect of any amendments to documents issued by the authority at any time, or as a consequence of the cancellation of the procurement by the authority. For the avoidance of doubt, the authority shall have no liability whatsoever to economic operators or their advisors or subcontractors, for any of their costs, including but not limited to those for any discussions or communications. Any contract(s) or agreement(s) entered into as a result of this contract notice shall be considered as a contract(s) or agreement(s) made under English law and subject to the exclusive jurisdiction of the English courts. If an economic operator considers that any information supplied by it during this procurement process is commercially sensitive or confidential in nature, this should be highlighted and the reasons for its sensitivity as well as the duration of that sensitivity specified. Economic operators should be aware that even where they have indicated that information is commercially sensitive, the authority may disclose it pursuant to the Freedom of Information Act 2000 in response to a request for information where such disclosure is considered to be in the public interest. Please note that the receipt by any of the authority of any materials marked ‘confidential’ or equivalent shall not be taken to mean that the authority accepts any duty of confidence by virtue of that marking.
six.4) Procedures for review
six.4.1) Review body
Technology and Construction Court
Royal Courts of Justice, 7 Rolls Building, Fetter Lane
London
EC4A 1NL
Country
United Kingdom