Donegal County Council seeks a comprehensive fleet telematics solution to monitor and manage a diverse fleet of approximately 220 vehicles, encompassing both owned and hired units. The services required include the installation of robust telematics hardware capable of tracking location, engine diagnostics, and vehicle performance, along with the provision of a cloud-based SaaS platform for real-time data access, mapping, route optimization, and detailed reporting. The solution must seamlessly integrate with the Council's existing Dynamics 365 fleet maintenance system, ensure secure data transmission and storage, and support future expansions. Additionally, comprehensive training and ongoing technical support are essential to ensure effective system implementation and usage.
Deadline
The time limit for receipt of tenders was 2024-08-28.
The procurement was published on 2024-07-19.
Contract notice (2024-07-19) Object Scope of the procurement
Title: Fleet telematics services to donegal county council
Short description:
โDonegal County Council seeks a comprehensive fleet telematics solution to monitor and manage a diverse fleet of approximately 220 vehicles, encompassing...โ
Short description
Donegal County Council seeks a comprehensive fleet telematics solution to monitor and manage a diverse fleet of approximately 220 vehicles, encompassing both owned and hired units. The services required include the installation of robust telematics hardware capable of tracking location, engine diagnostics, and vehicle performance, along with the provision of a cloud-based SaaS platform for real-time data access, mapping, route optimization, and detailed reporting. The solution must seamlessly integrate with the Council's existing Dynamics 365 fleet maintenance system, ensure secure data transmission and storage, and support future expansions. Additionally, comprehensive training and ongoing technical support are essential to ensure effective system implementation and usage.
Show more
Type of contract: Services
Products/services: Telematics services๐ฆ
Estimated value excluding VAT: 700 000 EUR ๐ฐ
Information about lots
Tenders may be submitted for maximum number of lots: 0
Description
Description of the procurement:
โDonegal County Council seeks a comprehensive fleet telematics solution to monitor and manage a diverse fleet of approximately 220 vehicles, encompassing...โ
Description of the procurement
Donegal County Council seeks a comprehensive fleet telematics solution to monitor and manage a diverse fleet of approximately 220 vehicles, encompassing both owned and hired units. The services required include the installation of robust telematics hardware capable of tracking location, engine diagnostics, and vehicle performance, along with the provision of a cloud-based SaaS platform for real-time data access, mapping, route optimization, and detailed reporting. The solution must seamlessly integrate with the Council's existing Dynamics 365 fleet maintenance system, ensure secure data transmission and storage, and support future expansions. Additionally, comprehensive training and ongoing technical support are essential to ensure effective system implementation and usage.
Show more
Additional products/services: Telemetry equipment๐ฆ
Place of performance: Border๐๏ธ
Duration: 7 (YEAR)
The time frame below is expressed in number of years.
Duration
Start date: 2024-10-18 ๐
Title
Lot Identification Number: LOT-0001
Procedure Type of procedure
Open procedure โ Administrative information
Time limit for receipt of tenders or requests to participate: 2024-08-28 16:00:00 ๐
Conditions for opening of tenders: 2024-08-29 00:00:00 ๐
Conditions for opening of tenders (place): https://www.etenders.gov.ie/epps/cft/prepareViewCfTWS.do?resourceId=3998360
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Legal, economic, financial and technical information Economic and financial standing
List and brief description of selection criteria:
โTurnover: Tenderers must demonstrate that the annual turnover of the tenderer for each of the last three financial years (or where the date of establishment...โ
List and brief description of selection criteria
Turnover: Tenderers must demonstrate that the annual turnover of the tenderer for each of the last three financial years (or where the date of establishment is more recent, for each year the Tenderer has been established) is equal to or exceeds โฌ200,000 (Ex VAT) per annum.
Show more
List and brief description of selection criteria:
โStanding: Tenderers must provide a statement from a bank stating that the Tendererโs principal account (in the name of the company tendering) is in good...โ
List and brief description of selection criteria
Standing: Tenderers must provide a statement from a bank stating that the Tendererโs principal account (in the name of the company tendering) is in good standing. The statement must be an original from the Tendererโs principal account (dated within the previous three months of the closing date for submission of tenders) stating that the Tendererโs account is in good standing and providing the period of time the account has been held in that bank.
Show more Technical and professional ability
List and brief description of selection criteria:
โHealth & Safety: i. Tenderers must provide information which demonstrates operation of health and safety systems and procedures in line with all relevant...โ
List and brief description of selection criteria
Health & Safety: i. Tenderers must provide information which demonstrates operation of health and safety systems and procedures in line with all relevant Safety, Health and Welfare at Work legislation. Tenderers shall complete the corresponding section of the Tender Response Document as part of their Submission.
Show more
List and brief description of selection criteria:
โData Protection: ii. Tenderers must declare by way of the eESPD/Tender Response Document that they have in place policies & procedures to ensure compliance...โ
List and brief description of selection criteria
Data Protection: ii. Tenderers must declare by way of the eESPD/Tender Response Document that they have in place policies & procedures to ensure compliance with the General Data Protection Regulations and any other relevant Data Protections obligations which arise from delivery of the Services.
Show more
List and brief description of selection criteria:
โPrevious Contracts / Experience: iii. Tenderers must demonstrate by way of the eESPD/Tender Response Document that they have the capacity and experience...โ
List and brief description of selection criteria
Previous Contracts / Experience: iii. Tenderers must demonstrate by way of the eESPD/Tender Response Document that they have the capacity and experience necessary to provide the Services required under this contract. They must demonstrate evidence of successfully delivering three comparable contracts within the past 5 years, each involving fleets with a minimum of 100 vehicles and with comparable complexity to the Services detailed in Appendix 1.
Contract references shall as a minimum include the following information:
โข Customer organisation name
โข Contact person within the customer organisation along with their contact details (title, phone number and email)
โข Dates of engagement
โข Contract value
โข Detailed description of services provided
โข Technical details of the telematics solution installed including examples of meeting technical capability required by current services, such as reporting of diagnostic trouble codes.
The Contracting Authority reserves the right to contact the referees for these reference contracts directly on a confidential basis and without further reference to the Tenderer.
Show more
List and brief description of selection criteria:
โQuality Assurance: iv. Tenderers must declare by way of the eESPD/Tender Response Document that they have in place policies & procedures to ensure the...โ
List and brief description of selection criteria
Quality Assurance: iv. Tenderers must declare by way of the eESPD/Tender Response Document that they have in place policies & procedures to ensure the delivery of a quality service, for example by way of an externally certified system, or an equivalent in-house quality control process or system.
Complementary information Review body
Name: The High Court of Ireland
National registration number: The High Court of Ireland
Postal address: Four Courts, Inns Quay, Dublin 7
Postal code: D07 WDX8
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
Phone: +353 1 8886000๐ Information about electronic workflows
Electronic payment will be used
Source: OJS 2024/S 142-440455 (2024-07-19)