Nina Mistry2 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Vehicle Trackers |
Notice type: | Contract Notice |
Authority: | Nina Mistry2 |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Leicester City Council invites tenders for the supply of basic and advanced vehicle trackers. Tenderers must be able to supply both options. Any bids that offer only the basic trackers or the advanced trackers, will not be considered. |
Published: | 07/04/2014 16:45 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Leicester City Council
New Walk Centre, Welford Place, Leicester, LE1 6ZG, United Kingdom
Tel. +44 1164541274
Attn: Nina Mistry
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:
Regional or local authority
I.3) Main activity:
General Public Services
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: Supply of Vehicle Trackers
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
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:
Global navigation and positioning systems (GPS or equivalent). Motor vehicles. Specialist vehicles. Gritter vehicles. IT software package. IT services: consulting, software development, Internet and support. Technical computer support services. Provider services. Telematics system. Software package and information systems. System and support services. Repair and maintenance services. Hardware. Hardware installation services. Training services. Leicester City Council invites tenders for the supply of basic and advanced vehicle trackers. Tenderers must be able to supply both options. Any bids that offer only the basic trackers or the advanced trackers, will not be considered.
II.1.6)Common Procurement Vocabulary:
38112100 - Global navigation and positioning systems (GPS or equivalent).
34100000 - Motor vehicles.
34114000 - Specialist vehicles.
34144440 - Gritter vehicles.
48517000 - IT software package.
72000000 - IT services: consulting, software development, Internet and support.
72611000 - Technical computer support services.
72410000 - Provider services.
32441300 - Telematics system.
48000000 - Software package and information systems.
72250000 - System and support services.
50000000 - Repair and maintenance services.
44316400 - Hardware.
51611100 - Hardware installation services.
80500000 - Training services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Leicester City Council invites tenders for the supply of basic and advanced vehicle trackers. Tenderers must be able to supply BOTH options. Any bids that offer ONLY the basic trackers OR the advanced trackers, will NOT be considered.
‘Appendix 1: Housing Division Fleet’, ‘Appendix 2: Environmental Services Fleet’ and ‘Appendix 3: Highway Winter Maintenance Fleet’ detail the various departments that wish to have vehicle trackers installed on their fleet in year 1 of the contract.
Please note, the Council’s vehicles are on a replacement programme, therefore, the fleet lists are NOT EXHASTIVE and have been provided for INDICATIVE PURPOSES ONLY. Precise details of vehicles, departments or quantities required cannot be confirmed or guarantee. The Council reserves the right to amend the lists at any time.
The Council reserves the right for individual departments to decide if they wish to have basic or advanced trackers installed on their fleet.
On the anniversary date of the contract, the Council reserves the right for individual departments to:
• Upgrade basic tracker to advanced trackers
• Downgrade advanced tracker to basic trackers
• Have all their trackers removed (opt-out of the contract completely)
• Have new trackers installed (departments who were not included in year one, may wish to opt-in)
The Contract duration is for an initial term of one (1) year commencing on an anticipated date of 1st July 2014 with the option to extend for up to a further four (4) years in one (1) year periods: one (1) + one (1) + one (1) + one (1).
Estimated value excluding VAT:
Range between: 452,831.4 and 1,007,504.4
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The provision of appropriate guarantees, warranties and bonds is reserved.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
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.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As per the contract documentation
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: Not Provided
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: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
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: Not Provided
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:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 19/05/2014
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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.
The value range of the contract given GBP452,831,40 to GBP1,007,504.40 is for the whole life of the contract including the options to extend if taken up.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Global-navigation-and-positioning-systems-%28GPS-or-equivalent%29./39Q7E64KZA
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/39Q7E64KZA
GO-201447-PRO-5587233 TKR-201447-PRO-5587232
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
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: 07/04/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leicester: Global navigation and positioning systems (GPS or equivalent).
I.1)Name, Addresses and Contact Point(s):
Leicester City Council
New Walk Centre, Welford Place, Leicester, LE1 6ZG, United Kingdom
Tel. +44 1164541274
Attn: Nina Mistry
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
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: Supply of Vehicle Trackers
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 7
Region Codes: UKF21 - Leicester
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):
Global navigation and positioning systems (GPS or equivalent). Motor vehicles. Specialist vehicles. Gritter vehicles. IT software package. IT services: consulting, software development, Internet and support. Technical computer support services. Provider services. Telematics system. Software package and information systems. System and support services. Repair and maintenance services. Hardware. Hardware installation services. Training services. Leicester City Council invites tenders for the supply of basic and advanced vehicle trackers. Tenderers must be able to supply both options. Any bids that offer only the basic trackers or the advanced trackers, will not be considered.
II.1.5)Common procurement vocabulary:
38112100 - Global navigation and positioning systems (GPS or equivalent).
34100000 - Motor vehicles.
34114000 - Specialist vehicles.
34144440 - Gritter vehicles.
48517000 - IT software package.
72000000 - IT services: consulting, software development, Internet and support.
72611000 - Technical computer support services.
72410000 - Provider services.
32441300 - Telematics system.
48000000 - Software package and information systems.
72250000 - System and support services.
50000000 - Repair and maintenance services.
44316400 - Hardware.
51611100 - Hardware installation services.
80500000 - Training services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 400,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 60
Price - 40
IV.2.2)Information about electronic auction:
An electronic auction will be used: Not Provided
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
Section V: Award Of Contract
1: Award And Contract Value
Contract No: NM / TRANSPORT / 0246
V.1)Date Of Contract Award: 19/09/2014
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: EDC Systems Ltd t/a Traffilog UK
Town: Hertfordshire
Country: United Kingdom
V.4)Information On Value Of Contract
Total final value of the contract
Value: 400,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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: Not Provided
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.The value range of the contract given GBP452,831,40 to GBP1,007,504.40 is for the whole life of the contract including the options to extend if taken up.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=126153229
GO-2015116-PRO-6295706 TKR-2015116-PRO-6295705
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
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: 16/01/2015