Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Transport
DVLA, Longview Road, Morriston
Swansea
SA6 7JL
UK
E-mail: Mandy.hodgson@dvla.gov.uk
NUTS: UK
Internet address(es)
Main address: www.gov.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://dft.app.jaggaer.com/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://dft.app.jaggaer.com/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Vision Testing Services
Reference number: PS/21/126
II.1.2) Main CPV code
85160000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Vision Testing Services
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Authority requires a contract which will deliver visual field and visual acuity testing service by qualified and trained optometrists/opticians to assist the Authority in determining a drivers medical fitness to hold a driving licence.
The successful supplier must be capable of carrying out both Group 1 and Group 2 Visual Field Standard Tests and be able to provide national coverage throughout Great Britain. Suppliers may consider the creation of consortiums and sub-contracting with Small and Medium Enterprises (SME) to ensure delivery.
DVLA require a central supplier hub to manage our customer base and for our internal stakeholders to have one central point of contact.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2025
End:
31/03/2028
This contract is subject to renewal: Yes
Description of renewals:
Awaiting Business Decision
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Two x 12 month extension options
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/02/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
27/02/2024
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Awaiting Business Decision
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015 as amended.
Swansea
UK
VI.5) Date of dispatch of this notice
25/01/2024