Published date: 6 November 2015

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 9 December 2015

Contract summary

Industry

  • Telemetry equipment - 32441000

  • Fleet management, repair and maintenance services - 50111000

  • Telematics services - 64226000

    • Helpdesk and support services - 72253000

Location of contract

Any region

Value of contract

£10,788,000 to £24,250,000

Procurement reference

RM3754

Published date

6 November 2015

Closing date

9 December 2015

Contract start date

17 February 2016

Contract end date

16 February 2018

Contract type

Service contract

Procedure type

Open procedure

Any interested supplier may submit a tender in response to an opportunity notice.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

No


Description

Crown Commercial Service (CCS), is seeking to establish a pan government Framework Agreement for the provision of Vehicle Telematics Goods and Services to vehicles which are based and/or travelling throughout the United Kingdom of Great Britain and Northern Ireland, including the Highlands and Islands of Scotland and into Europe.

The Vehicle Telematics Goods and Services will be for use by UK public sector authorities identified at VI.3 {of the OJEU Contract Notice} (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies and Local Authorities.

The above Public Sector Bodies have a need for Vehicle Telematics Goods and Services.

The vast majority of vehicles to be utilised under this Framework Agreement will be Cars and Light Commercial Vehicles, however there will be a requirement for the Supplier to provide data recording devices and associated equipment which are suitable for fitting into other Contracting Authority assets such as: agricultural vehicles; construction equipment; plant and boats.

The Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the Potential Providers. If the Authority decides to enter into a Framework Agreement with the Potential Providers, this does not mean that there is any guarantee of subsequent contracts being awarded.

Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the Potential Provider and the specific requesting other Contracting Authority(s). The Authority and other Contracting Authority(s) utilising the Framework reserve the right to use any electronic portal during the life of the agreement.

A detailed description of the Services that the Supplier will be required to practice under this Framework Agreement are set out in Attachment 4b Framework Agreement Schedule 2 Part A (Goods and Services)


More information

Attachments


About the buyer

Address

9th Floor, The Capital
Old Hall Street
Liverpool
L3 9PP
England

Telephone

0345 010 3503

Email

supplier@crowncommercial.gov.uk

Website

www.gov.uk.ccs