Provision of Rental of Telematics and Purchase of Onboard Weighing System Hardware complete with Integrated Software Solution for Vehicles and Plant Equipment
A Tender Notice
by GLASGOW CITY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 5 year
- Value
- £2M
- Sector
- TRANSPORT
- Published
- 09 Nov 2022
- Delivery
- To 13 Nov 2027 (est.)
- Deadline
- 09 Dec 2022 12:00
Concepts
Location
1 buyer
- Glasgow City Council Glasgow
Description
Glasgow City Council is inviting tender bids Provision of Rental of Telematics and Purchase of Onboard Weighing System Hardware complete with Integrated Software Solution for Vehicles and Plant Equipment. The council is intending to appoint one Supplier to provide all associated services. The council requires: -Telematic system (rental)– Projected Quantity 1372* -Onboard Weighing system (purchase) - Projected Quantity 331* (inclusive of the 1372) projected quantities of which actual quantities will be confirmed at contract mobilisation stage Bidders should note that the council is in receipt of external funding and the successful Supplier must work with the council to ensure funding conditions are met. The council has detailed the grant funding conditions below within Document One - Invitation to Tender
Total Quantity or Scope
The objective of this procurement exercise to appoint a single Supplier to project manage and provide both Telematic and Onboard Weighing systems complete with integrated Software Solution. This will include the supply, delivery, installation, integration and ongoing maintenance & repair of the following elements: -Rental of Telematics hardware system -Purchase of Onboard Weighing hardware system -With Integrated Web base portal software for both Telematic and Onboard Weighing Hardware systems The rental of the telematic system will include arrangement for installation, maintenance, and repair of a technology telematics solution via a hardwired interface for the council’s fleet. The onboard weighing system will be purchased by the council and will be required to be installed onto load carrying council vehicles. Furthermore, the council requires maintenance and repair for onboard weighing system and the ability to transmit the required data of the live vehicle weight to the online web based software portal and the ability to activate packer plate cut off when vehicle achieves maximum weight. The successful Bidder must provide full integration of the onboard weighing system with the telematics software solution, thus enabling a single point of smart data monitoring. Information and data to be captured and reported via the integrated software solution.
Renewal Options
12 months prior to the expire, the council may consider commencing a new tender process
Award Criteria
Quality | 50 |
Fair Work First | 5 |
price | 45 |
CPV Codes
- 50111110 - Vehicle-fleet-support services
- 32441300 - Telematics system
- 64226000 - Telematics services
- 38311210 - Calibration weights
- 31610000 - Electrical equipment for engines and vehicles
Indicators
- An E-Catalogue is required.
- This is a recurring contract.
- Renewals are available.
- Financial restrictions apply.
- Technical restrictions apply.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. For SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; Bidders should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If Bidders do not hold the relevant certificates, they will be required to respond to supporting questions. Bidders must complete Document Eight – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered. Bidder must complete Document Seven - Security System Assessment and submit it with their tender submission (The council will undertake the evaluation of this element for the preferred Bidder. Should the council identify any minor remedies, they must be completed within 14 days of contract award. Freedom of Information Act Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Supplier shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion Bidders will be required to complete the Non Collusion certificate. Insurance Mandate All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the attachments area within the PCS Tender portal and are reference Document Three Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One. Bidders must ensure they read all the attachments available in the attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22762. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: Mandatory – Supplier Proposals COMMUNITY BENEFITS POINTS AND THRESHOLDS: 70 points, community benefits points will be triggered once the spend reaches: - 25 points @ 500,000 GBP 25 points @ 1,000,000 GBP 20 points @ 1,500,000 GBP Bidders are required to offer the minimum CB points as detailed above this will cover the full term of the contract. Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu. (SC Ref:712164)
Reference
- ocds-h6vhtk-038055
- FTS 031659-2022