By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Collaborative framework for vehicle data recorder (telematics) system.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Police and Crime Commissioner for South Yorkshire
n/a
Regent Street, South Yorkshire
For the attention of: Matt Lowe
S70 2HG Barnsley
UNITED KINGDOM
Telephone: +44 7824083796
E-mail:

Internet address(es):

Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/36335

Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16183&B;=BLUELIGHT

Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16183&B;=BLUELIGHT

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Humberside Police
Tower Grange Police Station, Holderness Road
HU8 9HB Hull
UNITED KINGDOM

West Yorkshire Police
Ploughland House, 62 George Street
WF11DL Wakefield
UNITED KINGDOM

Northumbria Police
2nd Floor Victory House, Balliol Business Park, Benton Lane
NE12 8EW Newcastle Upon Tyne
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Collaborative framework for vehicle data recorder (telematics) system.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
Main site or location of works, place of delivery or of performance: Sheffield, Hull.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 3 300 000 GBP
Frequency and value of the contracts to be awarded: No currently known.
II.1.5)Short description of the contract or purchase(s)
Collaborative framework for vehicle data recorder (telematics) system.
II.1.6)Common procurement vocabulary (CPV)

32441300, 31644000

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:
The requirement will be tendered on behalf of South Yorkshire and Humberside Police and will will be available to West Yorkshire Police, and Northumbria Police who may wish to utilise the framework. The intention is to appoint a single supplier to a framework agreement, following the the tender process.
Estimated value excluding VAT:
Range: between 0 and 3 300 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 048 (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:
N/a.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
N/a.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
N/a.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please see attachments.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please see attachments.
Minimum level(s) of standards possibly required: Please see attachments.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please see attachments.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services 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
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Please see attachments.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
2016-1307
IV.3.2)Previous publication(s) concerning the same contract
no
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
13.6.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
19.5.2016