Section one: Contracting authority/entity
one.1) Name and addresses
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue
Birchwood, Warrington
WA2 0YL
Telephone
+44 8458645100
Fax
+44 8458645115
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.procurementforhousing.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Vehicle Leasing & Associated Services
Reference number
TS/05-21/VLAS
two.1.2) Main CPV code
- 50111100 - Vehicle-fleet management services
two.1.3) Type of contract
Services
two.2) Description
two.2.1) Title
Telematics
Lot No
3
two.2.2) Additional CPV code(s)
- 32441300 - Telematics system
- 64226000 - Telematics services
- 38112100 - Global navigation and positioning systems (GPS or equivalent)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
This will include but is not limited to
-the provision, installation and on-going management of GPS navigation
-integrated hands-free phone,
-wireless safety communications,
-automatic driving assistance systems,
-fleet reporting tools,
-vehicle tracking,
driving style management,
--fleet management and fuel management and ensuring that all equipment complies with current Health & Safety regulations and meets any other necessary regulatory compliance.
The provision of telematics services may also need to incorporate but not be limited to;
-Satellite navigation;
-Real-time tracking devices & software;
-Bluetooth kits;
-Parking aids, sensors;
-Reversing cameras;
-Dashboard cameras;
-Panic buttons;
-Mobile handsfree kits;
-CCTV (e.g. within rear space of vehicle);
-Driver style technology & software;
-Online web portals for fleet managers – standard & bespoke;
-Mobile applications for fleet managers;
-Hard wired units;
-Plug-in units;
-Driver ID;
-Data archive 6/12 months data;
-Configurable dashboards;
-Driver feedback (alerts);
-Navigation with messaging functionality;
-Back office systems integration;
-Driver behavioural systems.
Suppliers will be expected to cover the whole of the UK
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2021/S 000-003264
Section five. Award of contract/concession
Contract No
TS/05-21/VLAS
Lot No
3
Title
Telematics
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
1 December 2021
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor/concessionaire
Innovative Safety Systems
Unit 19 Keytec 7 Business Park
pershore
wr10 2ta
Telephone
+44 7769170527
Country
United Kingdom
NUTS code
- UKG12 - Worcestershire
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
RAC Motoring Services
RAC House, Brockhurst Crescent
Walsall
WS5 4AW
Telephone
+44 7966601704
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Quartix Limited
Chapel Offices, Park Street
Newtown
SY16 1EE
Telephone
+44 7826915219
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
five.2.3) Name and address of the contractor/concessionaire
UK Telematics
Blackwood Business Park, Ash Road South, Wrexham Industrial Estate
Wrexham
LL13 9UG
Telephone
+44 1978665900
Country
United Kingdom
NUTS code
- UKL13 - Conwy and Denbighshire
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £50,000,000
Section six. Complementary information
six.3) Additional information
This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listed on the following page of the PfH website
http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222472.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:236073)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 50111100 - Vehicle-fleet management services
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
Lot 3 - This will include but is not limited to
-the provision, installation and on-going management of GPS navigation
-integrated hands-free phone,
-wireless safety communications,
-automatic driving assistance systems,
-fleet reporting tools,
-vehicle tracking,
driving style management,
--fleet management and fuel management and ensuring that all equipment complies with current Health & Safety regulations and meets any
other necessary regulatory compliance.
The provision of telematics services may also need to incorporate but not be limited to;
-Satellite navigation;
-Real-time tracking devices & software;
-Bluetooth kits;
-Parking aids, sensors;
-Reversing cameras;
-Dashboard cameras;
-Panic buttons;
-Mobile handsfree kits;
-CCTV (e.g. within rear space of vehicle);
-Driver style technology & software;
-Online web portals for fleet managers – standard & bespoke;
-Mobile applications for fleet managers;
-Hard wired units;
-Plug-in units;
-Driver ID;
-Data archive 6/12 months data;
-Configurable dashboards;
-Driver feedback (alerts);
-Navigation with messaging functionality;
-Back office systems integration;
-Driver behavioural systems.
Suppliers will be expected to cover the whole of the UK
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
12
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£50,000,000
seven.1.7) Name and address of the contractor/concessionaire
Innovative Safety Systems Ltd
Unit 19 Keytec 7 Business Park
pershore
wr10 2ta
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
seven.1.7) Name and address of the contractor/concessionaire
RAC Motoring Services
RAC House, Brockhurst Crescent
Walsall
WS5 4AW
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Quartix Limited
Chapel Offices, Park Street
Newtown
SY16 1EE
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
Yes
seven.1.7) Name and address of the contractor/concessionaire
UK Telematics
Blackwood Business Park, Ash Road South, Wrexham Industrial Estate
Wrexham
LL13 9UG
Country
United Kingdom
NUTS code
- UKL13 - Conwy and Denbighshire
The contractor/concessionaire is an SME
Yes
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
To extend the Framework Agreements by 12-months
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
The extension is required to give the market time to adjust to the changes introduced by PA23. Suppliers are still updating their commercial
models, bid processes and legal approaches, and market engagement elsewhere has shown inconsistent levels of readiness. Proceeding
earlier risked excluding capable providers or receiving non-compliant bids, reducing competition and value for money.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £50,000,000
Total contract value after the modifications
Value excluding VAT: £50,000,000