Supply and Delivery of the Service, Maintenance, Repair and Inspection for the Metropolitan Police Service's Overt Fleet. Procurement 5: Lot 1: Systems Integrator and Lot 2: Vehicle Collection and Delivery

A Tender Notice
by METROPOLITAN POLICE SERVICE

Source
Find a Tender
Type
Contract (Services)
Duration
10 year
Value
£85M
Sector
TRANSPORT
Published
20 Jan 2022
Delivery
To 31 Dec 2031 (est.)
Deadline
21 Feb 2022 17:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

On behalf of the contracting authority, the Mayor's Office for Policing and Crime (MOPAC), the Metropolitan Police Service (MPS) is seeking through this tender opportunity to invite potential Suppliers to tender for the Supply and Delivery for the Service, Maintenance, Repair and Inspection of Metropolitan Police Service's Overt Fleet. This procurement is being issued for tender via the Competitive Procedure with Negotiation (CPN). Procurement 5 is part of a SMR&I multi-operating model. Further procurements that form part of this model will be later issued for tender via the CPN process in 2022. We are releasing the Selection Questionnaire (SQ) for initial selection of potential Suppliers, of whom if they pass the SQ stage, will be directly invited to submit a bid via the Invitation to Negotiate (ITN) stage of the procurement process on Coupa. The SQ will be conducted via the PCR 2015 CPN hosted on the MPS e-Tendering platform, Coupa. This SQ applies to the following lots as part of procurement 5: • Procurement 5- Lot 1: Systems integrator • Procurement 5- Lot 2: Vehicle collection and delivery The Authority intends to award a Contract or Contracts for these lots for a minimum period of seven years, with an option to extend for three further periods of one year each.

Lot Division

1 Systems Integrator
  • Value: £36M

The Lot 1 Systems Integrator shall act as the integrating partner across the whole outsourced fleet, in order to coordinate demand across Authority customers and respective SMR&I providers or supply chains and deliver SMR&I services. Services in scope for delivery by Lot 1 Systems Integrator: a) Collaborate with all SMR&I providers to co-ordinate all events. b) Undertake customer management and contact centre. c) Undertake roadside assistance and vehicle recovery events. d) Organise collection and delivery events, vehicle movements or exchanges with Lot 2 Collection and Delivery agent. e) Undertake vehicle administration, driving offence management and fuel card replacement. f) Organise maintenance scheduling and maintaining vehicle uptime targets and prioritising SMR&I events to meet service demands with SMR&I providers. g) Organise the repair, replacement or upgrade of fitted Authority vehicle equipment, technologies and software with SMR providers. h) Comply with Authority technical, physical and data security standards, as set out in the technical standards and schedules. i) Provide trend analysis and innovation to improve overall fleet uptime and customer experience. j) Manage their own supply chain and make use of suitable frameworks for glass, tyres and oils or lubricants to reduce costs. Further information can be found in the Statement of Requirements on Coupa.

2 Collection and Delivery
  • Value: £49M

Lot 2- Collection and Delivery shall act as the delivery agent for all driveable vehicle movements, exchanges, collections and deliveries. Services in scope for delivery by Lot 2 Collection and Delivery a) Collaborate with the Lot 1 Systems Integrator to coordinate all events. b) Undertake driveable collection and delivery events, vehicle movements and exchanges. c) Comply with Authority technical, physical and data security standards, as set out in the technical standards and schedules. d) Provide trend analysis and innovation to improve overall fleet uptime and customer experience. Further information can be found in the Statement of Requirements on Coupa.

Renewal Options

The contract is for a minimum period of seven (7) years, with an option to extend for three (3) further periods of one (1) year each.

CPV Codes

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 72000000 - IT services: consulting, software development, Internet and support

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a one-off contract (no recurrence)
  • Options are available.
  • Renewals are available.

Other Information

There is a separate SQ for each lot as part of procurement 5 and potential suppliers can submit an SQ for either or both lots. Potential suppliers wishing to participate in this SQ opportunity and view all/any associated documents are invited to register via the following link: (please copy and paste the link into your internet browser) The Coupa Sourcing Event reference is 387. Please search for this event reference. The Statement of Requirements will be attached on Coupa. In addition, attached on Coupa are a Non-disclosure agreement and Official Secrets Act (1989) declaration which must be signed for entrance to the Virtual Data Room (VDR) which holds further data and documentation that may aid SQ responses and inform suppliers of their capability to deliver the contracted services. Further information about all procurements as part of this SMR&I multi-operating model can be found via the Prior Information Notice (PIN) here: https://www.find-tender.service.gov.uk/Notice/031509-2021 PIN Publication reference: 2021/S 000-031509 ** PREVIEW NOTICE, please check Find a Tender for full details. ** Ranking and Selection Subject to the provisions of Regulation 65, the Authority intends to invite all Applicants (and a minimum of three (3) Applicants) to the next stage of the Process where those Applicants: (1) meet all eligibility requirements in Part 1 of the SQ Response Form as set out in the Evaluation Methodology; (2) are awarded a pass for all aspects of the evaluation which are assessed on a pass / fail basis in accordance with the SQ Evaluation Methodology; noting that the Authority reserves the right to disqualify an Applicant who scores a zero (0) in one or more of their responses to scored questions and/or scores three (3) or more ones (1) in their responses to scored questions. Those Applicants who are shortlisted shall receive the Authority's ITN and associated documentation. Applicants who have been unsuccessful will be notified and will take no further part in the Process.

Reference

Domains