Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 1
Status
Published 4th Sep 2023
Reference | ocds-h6vhtk-030d68 |
Common Procurement Vocabulary | Repair, maintenance and associated services of vehicles and related equipment |
Procurement Method | - |
Value | - |
United Kingdom
Category Services
Type
No. of Lots 1
Status
Published 4th Sep 2023
Reference | ocds-h6vhtk-030d68 |
Common Procurement Vocabulary | Repair, maintenance and associated services of vehicles and related equipment |
Procurement Method | - |
Value | - |
Section I: Contracting authority/entity
I.1) Name and addresses
Metropolitan Police Service
New Scotland Yard,Victoria Embankment
LONDON
SW1A2JL
Selina.patel2 [at] met.police.uk
Country
United Kingdom
NUTS code
UKI32 - Westminster
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Systems Integrator
II.1.2) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
II.1.3) Type of contract
Services
II.2) Description
II.2.1) Title
Systems Integrator
Lot No
Lot 1
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement at the time of conclusion of the contract:
Within Procurement 5, the Mayor's Office for Policing and Crime (the Authority) is procuring two services for the Metropolitan Police Service (MPS). The Services required are split into two lots, which means prospective suppliers can bid for one lot or both when submitting their Invitation To Negotiate response.
Procurement 5: Lot 1 Systems Integrator who shall act as the integrating partner across the whole outsourced fleet, in order to coordinate demand across Authority customers and respective Procurement 1-5.2 providers or its supply chains and deliver SMR&I services. The Initial Period of the Agreement is seven years with an Extension Period of three optional one-year extensions.
Separately the Authority will be undertaking further procurement activity for SMR services related to:
a) Procurement 1 - Emergency Response Vehicle Repair;
b) Procurement 2 - Emergency Response and Support Vehicle Repair;
c) Procurement 3 - General-purpose Vehicle Repair; and
d) Procurement 4 - Vehicle Collision Repair.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
84
Section IV. Procedure
IV.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number: 2023/S 000-008822
Section V. Award of contract/concession
Contract No
11400381814
Lot No
Lot 1
Title
System Integrator
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision:
22 February 2023
V.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor/concessionaire
Rivus Fleet Solutions Limited
Birmingham
Country
United Kingdom
NUTS code
- UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
The contractor/concessionaire is an SME
No
V.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £66,300,000
Section VI. Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Mayor's Office for Policing and Crime London
London
Country
United Kingdom
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
VII.1.2) Additional CPV code(s)
- 32441300 - Telematics system
- 42961300 - Vehicle location system
- 64226000 - Telematics services
VII.1.3) Place of performance
NUTS code
- UK - United Kingdom
VII.1.4) Description of the procurement:
Providing a telematics service alongside vehicle repair and maintenance will optimise overall operational efficiency of the service by minimising vehicle downtime, streamlining service scheduling and enhancing MPS' insights into its fleet assets.
Vehicle utilisation data will also support decisions leading to; reduced overall fleet size and composition. improved driver behaviour, support cases for sections of the fleet to move toward electrification (further reducing emissions).
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
84
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£63,300,000
VII.1.7) Name and address of the contractor/concessionaire
Rivus Fleet Solutions Limited
Birmingham
Country
United Kingdom
NUTS code
- UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
The contractor/concessionaire is an SME
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The Authority considers modification under R72(1)(a) applies.
Whilst the Authority is reliant on R72(1)(a) for this modification, for the purpose of transparency, R72(1)(b) shall apply thereafter.
VII.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
Regulation 72(1)(b)(i): there are economic and technical synergies with the Telematics solution being delivered through the existing Rivus System Integrator contract due to data processing methods and standardised governance for SM&R.
Regulation 72(1)(b)(ii): should the Authority explored means of a separate contract for the services, this would involve substantial replication of costs and resources.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £63,300,000
Total contract value after the modifications
Value excluding VAT: £983,400