Sovereign Housing Association is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Vehicle Tracking System |
Notice type: | Contract Notice |
Authority: | Sovereign Housing Association |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Spectrum requires a web based vehicle tracking solution that provides for the following functionality as a minimum:– • Helps Spectrum to reduce costs and deliver more transparent customer service • Automate and schedule our remote download of digital tachograph data. • Monitor driving behaviour to reduce maintenance and insurance costs. • Cut fuel costs and carbon emissions by promoting a greener, safer and more efficient driving style. • Reports on speed, over revving and harsh braking and steering. • Map the position of our vehicles, and always sends the nearest driver. • Ability to analyse driving speed and time spent at each location, so Operatives can spend more time with Residents. • Reduce Admin Standard key features to include: • 24/7 tracking on an unlimited number of vehicles • National coverage • Minute by minute reporting • Detailed mapping, street level accuracy with added Google earth mapping • Suitable for Vans. |
Published: | 30/06/2014 15:53 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Spectrum Housing Group
Spectrum House, Grange Road, Christchurch, Dorset, BH23 4GE, United Kingdom
Tel. +44 7977014007, Email: kate.chant@spectrumhousing.co.uk, URL: www.spectrumpropertycare.co.uk, URL: http://www.spectrumhousing.co.uk
Contact: Fleet Management, Attn: Kate Chant
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Vehicle Tracking System
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Vehicle-fleet management services. Spectrum requires a web based vehicle tracking solution that provides for the following functionality as a minimum:–
• Helps Spectrum to reduce costs and deliver more transparent customer service
• Automate and schedule our remote download of digital tachograph data.
• Monitor driving behaviour to reduce maintenance and insurance costs.
• Cut fuel costs and carbon emissions by promoting a greener, safer and more efficient driving style.
• Reports on speed, over revving and harsh braking and steering.
• Map the position of our vehicles, and always sends the nearest driver.
• Ability to analyse driving speed and time spent at each location, so Operatives can spend more time with Residents.
• Reduce Admin
Standard key features to include:
• 24/7 tracking on an unlimited number of vehicles
• National coverage
• Minute by minute reporting
• Detailed mapping, street level accuracy with added Google earth mapping
• Suitable for Vans.
II.1.6)Common Procurement Vocabulary:
50111100 - Vehicle-fleet management services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: Not Provided
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Spectrum requires a web based vehicle tracking system solution that provides for the following functionality as a minimum:–
• Helps Spectrum to reduce costs and deliver more transparent customer service
• Automate and schedule our remote download of digital tachograph data.
• Monitor driving behaviour to reduce maintenance and insurance costs.
• Cut fuel costs and carbon emissions by promoting a greener, safer and more efficient driving style.
• Reports on speed, over revving and harsh braking and steering.
• Map the position of our vehicles, and always sends the nearest driver.
• Ability to analyse driving speed and time spent at each location, so Operatives can spend more time with Residents.
• Reduce Admin
Standard key features to include:
• 24/7 tracking on an unlimited number of vehicles
• National coverage
• Minute by minute reporting
• Detailed mapping, street level accuracy with added Google earth mapping
• Suitable for Vans.
Estimated value excluding VAT: 300,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 36
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 36
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As described in the Pre-qualification documentation - Appropriate levels of insurance will be required.
Further details will be provided in the tender pack
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As described in the Pre-qualification documentation
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As described in Tender Documents
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Service Providers may be required to participate in the achievements of social/environmental policy objectives relating
to and in line with the Public Services (Social Value) Act 2012 including recruitment, training, digital inclusion,
neighbourhood engagement, legacy initiatives and supply chain initiatives. Accordingly contract performance
conditions may relate to the social and environmental considerations.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
The PQQ response will be reviewed by the
Contracting Authority in accordance with the
evaluation criteria set out in the PQQ.
III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
The PQQ response will be reviewed by the
Contracting Authority in accordance with the
evaluation criteria set out in the PQQ.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Not Provided
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 11/08/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/09/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Any EU official language
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Dorset:-Vehicle-fleet-management-services./WBG88X77F6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WBG88X77F6
GO-2014630-PRO-5777999 TKR-2014630-PRO-5777998
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court of England and Wales
London - Strand, WC2A 2LL, United Kingdom, WC2A 2LL, United Kingdom
Tel. +44 2079476000, Email: yvonne.kemsley@spectrumhousing.co.uk
VI.4.2)Lodging of appeals: The Contracting Authority will incorporate a minimum 10 calendar days standstill period at the point of
information on the award of the contract is communicated to tenderers. If an appeal regarding the award of the
contract has not been successfully resolved, the Public Contracts Regulations (SI 2006 No.5) (as amended)
provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take
action in the high court of England and Wales and Northern Ireland. Any such action must be brought promptly
(generally within 3 months). Where a contract has not been entered into, the Court may order the setting aside
EN Standard form 02 - Contract notice 13 / 24
EN Standard form 02 - Contract notice 12 / 16 of the award decision or order the Contracting Authority to amend
any document and may award damages. If EN Standard form 02 - Contract notice 12 / 16 the contract has
been entered into the Court may only award damages or, where the contract award procedures have not been
followed correctly, declaire the contract to be "ineffective".
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Official name: As per VI.4.1
In addition, it should be noted that due to legal requirements to inform and consult with leaseholders in relation
to long term contract arrangements, we have incorporated a one month period following final Contractor
selection for Spectrum to have regard for leaseholder comments. Please note: Formal Contracts may only be
entered into after this process has been completed.
VI.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 30/06/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Dorset: Vehicle-fleet management services.
I.1)Name, Addresses and Contact Point(s):
Spectrum Housing Group
Spectrum House, Grange Road, Christchurch, Dorset, BH23 4GE, United Kingdom
Tel. +44 7977014007, Email: kate.chant@spectrumhousing.co.uk, URL: www.spectrumpropertycare.co.uk, URL: http://www.spectrumhousing.co.uk
Contact: Fleet Management, Attn: Kate Chant
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Vehicle Tracking System
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Vehicle-fleet management services. Spectrum requires a web based vehicle tracking solution that provides for the following functionality as a minimum:–•Helps Spectrum to reduce costs and deliver more transparent customer service•Automate and schedule our remote download of digital tachograph data.•Monitor driving behaviour to reduce maintenance and insurance costs.•Cut fuel costs and carbon emissions by promoting a greener, safer and more efficient driving style.•Reports on speed, over revving and harsh braking and steering.•Map the position of our vehicles, and always sends the nearest driver.•Ability to analyse driving speed and time spent at each location, so Operatives can spend more time with Residents.•Reduce Admin Standard key features to include: •24/7 tracking on an unlimited number of vehicles•National coverage•Minute by minute reporting•Detailed mapping, street level accuracy with added Google earth mapping•Suitable for Vans.
II.1.5)Common procurement vocabulary:
50111100 - Vehicle-fleet management services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 258,000
Currency: GBP
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Financial - 40
Non-Financial - 40
Presentation of product offering - 20
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2014/S 125 - 222745 of 30/06/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 2014/S 125-222745
Title: Vehicle-fleet management services
V.1)Date Of Contract Award: 05/01/2015
V.2) Information About Offers
Number Of Offers Received: 4
Number Of Offers Received By Electronic Means: 4
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Navman Wireless UK Ltd
Postal address: Innovation Centre 2, Keele University Science Park, Keele
Postal code: ST5 5NH
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 300,000
Currency: GBP
Total final value of the contract
Value: 258,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Please note that this procedure has been completed and a contract successfully awarded.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=125157445
GO-201522-PRO-6335404 TKR-201522-PRO-6335403
VI.3.1)Body responsible for appeal procedures:
High Court of England and Wales
London - Strand, WC2A 2LL, United Kingdom, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.3.2)Lodging of appeals: The Contracting Authority will incorporate a minimum 10 calendar days standstill period at the point ofinformation on the award of the contract is communicated to tenderers. If an appeal regarding the award of thecontract has not been successfully resolved, the Public Contracts Regulations (SI 2006 No.5) (as amended)provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to takeaction in the high court of England and Wales and Northern Ireland. Any such action must be brought promptly(generally within 3 months). Where a contract has not been entered into, the Court may order the setting asideEN Standard form 02 - Contract notice 13 / 24EN Standard form 02 - Contract notice 12 / 16 of the award decision or order the Contracting Authority to amendany document and may award damages. If EN Standard form 02 - Contract notice 12 / 16 the contract hasbeen entered into the Court may only award damages or, where the contract award procedures have not beenfollowed correctly, declaire the contract to be "ineffective".VI.4.3) Service from which information about the lodging of appeals may be obtained:Official name: As per VI.4.1In addition, it should be noted that due to legal requirements to inform and consult with leaseholders in relationto long term contract arrangements, we have incorporated a one month period following final Contractorselection for Spectrum to have regard for leaseholder comments. Please note: Formal Contracts may only beentered into after this process has been completed.VI.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 02/02/2015