Tender

Vehicle Telematics

  • Coventry City Council

F02: Contract notice

Notice identifier: 2021/S 000-022427

Procurement identifier (OCID): ocds-h6vhtk-02df0a

Published 9 September 2021, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

Coventry City Council

Council House,Earl Street

COVENTRY

CV15RR

Email

procurement.services@coventry.gov.uk

Telephone

+44 2476833757

Country

United Kingdom

NUTS code

UKG33 - Coventry

Internet address(es)

Main address

www.coventry.gov.uk

one.3) Communication

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

http://www.csw-jets.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.csw-jets.co.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

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