Vehicle Telematics Solutions

Award

Value

£50,000,000

Classifications

  • Telematics system
  • Electrical equipment and apparatus
  • Telemetry and terminal equipment
  • Telemetry equipment
  • Telemetry surveillance system
  • Telemetry and control equipment
  • Vehicle-fleet-support services
  • Maintenance services of telecommunications equipment
  • Installation services of machinery and equipment
  • Telematics services
  • System and support services
  • Software testing

Tags

  • award
  • contract

Published

1 year ago

Description

Crown Commercial Service has established a framework agreement for the provision of Vehicle Telematics Solutions to be utilised by the Central Government Departments and UK Public Sector Bodies identified at section VI.3 of this FTS contract notice, including Local Authorities, Health, Police, Fire and Rescue, Education, Voluntary Bodies and Charities.
This framework has replaced the previous CCS agreement Vehicle Telematics Hardware and Software Solutions RM6143.
Suppliers appointed to this framework are responsible for the provision of vehicle telematics hardware, software and associated services to help Buyers’ improve the efficiency of their fleet operations and optimise their fleet, driver and risk management.
The framework term is for an initial 24 month period with the option to extend for a further 12 consecutive months.

Similar Contracts

Open

Plant Service Inspection Maintenance and Repair (SIMAR)

Defra have a requirement for the provision of Servicing, Inspection, Maintenance and Repair (SIMAR) services for Plant assets to support the Environment Agency and other Defra Groups. Key requirements of this contract are: • The provision of a 24 / 7 national service • A flexible and cost-effective supplier • Competent and trained staff • Ability to service, inspection, maintain, repair and operate a legally compliant fleet • Provision of 24 / 7 breakdown and recovery services • Minimal disruption to business operations/minimal downtime of assets • A sustainable approach to all areas of operations • The ability to repair and refurbish assets as required (predominantly plant) Defra would like to put in place a contract with a single supplier for an initial contract duration of 3 years, with an option to extend for a further 3 x 12 month periods. Known Risks Risk Category: Regulatory Changes Description: There is a reasonable likelihood of changes to regulations during the contract term. Impact on Contract: Such changes may require adjustments to: • Technical specifications of goods or services. • Compliance documentation and reporting processes. • Delivery timelines and associated costs. Modification Mechanism: In accordance with Schedule 8, paragraph 5 of the Procurement Act 2023: • If these regulatory changes materialise and are not caused by either party, the contracting authority may vary the contract to ensure compliance. • Any variation will be limited to what is strictly necessary to meet the new legal requirements and will not increase the estimated contract value by more than 50%. • A Contract Change Notice will be published to maintain transparency. We are unable to address the potential impact upfront due to not knowing what potential regulatory changes will apply during the contract duration.

Katy Reed

Published 6 hours ago
Open

Environment, Build, Support and Administration (EBSA)

The Home Office intends to publish a Tender for the EBSA Procurement under Technology Services 4 (TS4), Lot 5 on 12th December 2025. Deadline: 5th December 2025, all suppliers must: Register an interest at [email protected], requesting the releavnt forms. Make a declaration regarding any conflict of interest (perceived or actual). If you previously attended a Market Engagement Event, your signed Non-Disclosure Agreement (NDA) remains valid for the duration of the procurement. All interested parties must: Sign the Home Office NDA. Review and complete the Conflict of Interest form, declaring either: No conflict, or Conflict identified. If a conflict is declared, the Home Office will decide whether an Ethical Wall Agreement is required. This agreement must outline how the supplier will manage the conflict internally and then be returned for Home Office consideration. All interested parties must return all documents by 5pm 5th December 2025 to receive the ITT pack. Purpose: To ensure an open and transparent procurement process and mitigate any unfair advantage, perceived or otherwise. Description EBSA provides a highly secure and scalable build, test, deployment and run capability for CNI and non-CNI applications for Migration and Borders within the Home Office. EBSA key information • Hosts around 250 programme/product teams, 3,000 users, and major programmes, including Crossing the Border, Electronic Travel Authorisation (ETAs) and Immigration Case Management. • Multiple tenancy in a secure manner that adheres to the security requirements for each programme of work • Provides service management for the hosted tenants. • The existing service is provided by Capgemini. • The successful bidder will be required to provide a product- centric managed service for EBSA, ensuring optimal performance, security, and cost-efficiency. • Responsibilities will include infrastructure platform support, management, monitoring, backup and disaster recovery, compliance, updates, managing & delivering remediation of technical debt etc. • The successful bidder will maintain near 24/7 platform availability, implement best practices as per the policy direction of Home Office Digital and help with cloud strategy, scalability, and resource optimisation for seamless operations. • Working with the Home Office to deliver efficiency improvement and support the 2030 Digital Strategy

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete