Section one: Contracting authority
one.1) Name and addresses
Coventry City Council
Council House,Earl Street
COVENTRY
CV15RR
procurement.services@coventry.gov.uk
Telephone
+44 2476833757
Country
United Kingdom
NUTS code
UKG33 - Coventry
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Vehicle Telematics
Reference number
COV - 9781
two.1.2) Main CPV code
- 32441300 - Telematics system
two.1.3) Type of contract
Supplies
two.1.4) Short description
We are proposing to review the current provision and go out to market to ensure we have the best value, most up-to-date telemetry system for our vehicle fleet. It is still recognised that telematics is integral to managing a vehicle fleet and investment is beneficial as mentioned above.
two.1.5) Estimated total value
Value excluding VAT: £330,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKG33 - Coventry
two.2.4) Description of the procurement
The current vehicle telematics system provides the Council real-time and historical information on the location, activities, and utilisation of our vehicle fleet and assists us to undertake/achieve effective risk management of lone workers. This provision has been deployed across the Council's vehicle fleet, to which has become an integral part of managing a vehicle fleet and provides Services Area's useful data to help manage their service operations.
Using telematics data allows the City Council to enhance our overall business effectiveness and efficiency within a transport operation. It provides us opportunities to drive down fuel consumption and increase air quality, reduce insurance premiums and to improve road and driver safety.
The Supplier will supply a suitable web-based vehicle tracking solution ('the solution') that enables the Council to monitor the following data:
• Real time information showing vehicle status and location
• Historical journey reporting
• Idle times
• Journey reports
• Mileage reports
• Speed reporting
• Harsh braking
• On-line historical data
• Geo-fence - time in and out of specified locations
• Driver performance - driver behaviour indicators (DBI)
• Driver ID
Data retrieved will be collected from the vehicle tracking devices and associated equipment installed in the Council's vehicles / plant, both in real time and via historical data. The data can be utilised for data analysis, historical reporting and advisory reporting information in line with the requirements specified by the Council.
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: £330,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2022
End date
31 January 2028
This contract is subject to renewal
Yes
Description of renewals
2
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
As defined in the ITT
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As defined within the ITT document pack
three.1.2) Economic and financial standing
List and brief description of selection criteria
As defined within the ITT document pack
Minimum level(s) of standards possibly required
As defined within the ITT document pack
three.1.3) Technical and professional ability
List and brief description of selection criteria
As defined within the ITT document pack
Minimum level(s) of standards possibly required
As defined within the ITT document pack
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As defined within the ITT document pack
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 October 2021
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 October 2021
Local time
1:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4-6 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Coventry City Council
Coventry City Council
Coventry
CV1 2GN
Country
United Kingdom