Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Infrastructure — Driver and Vehicle Agency
66 Balmoral Road
Belfast
BT12 6QL
UK
Contact person: Neil Gorman
E-mail: neil.gorman@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.1) Name and addresses
Department for Infrastructure — Driver and Vehicle Agency
66 Balmoral Road
Belfast
BT12 6QL
UK
E-mail: neil.gorman@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DfI DVA — Procurement of Vehicle Testing Equipment
II.1.2) Main CPV code
31000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Driver and Vehicle Agency (DVA) is an Executive Agency in the Department for Infrastructure (DfI) within the Northern Ireland Civil Service (NICS). DVA is charged with the provision of driver and vehicle testing, licensing and enforcement in Northern Ireland to ensure compliance with the requirements of all relevant European and national legislation. DVA now wish to establish a Contract to appoint a Contractor to supply, install, commission, calibrate and maintain new vehicle testing equipment, integrated test lane (ITL) software, all associated IT hardware, licences and a Management Information System to service our network of Test Centres. This Contract shall run from the date of award for an Initial Period of 10 years and will include a provision to extend the contract for a further period of up to and including 48 months.
II.1.5) Estimated total value
Value excluding VAT:
20 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50110000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Driver and Vehicle Agency (DVA) is an Executive Agency in the Department for Infrastructure (DfI) within the Northern Ireland Civil Service (NICS). DVA is charged with the provision of driver and vehicle testing, licensing and enforcement in Northern Ireland to ensure compliance with the requirements of all relevant European and national legislation. DVA now wish to establish a Contract to appoint a Contractor to supply, install, commission, calibrate and maintain new vehicle testing equipment, integrated test lane (ITL) software, all associated IT hardware, licences and a Management Information System to service our network of Test Centres. This Contract shall run from the date of award for an Initial Period of 10 years and will include a provision to extend the contract for a further period of up to and including 48 months.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
30 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
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:
After the initial contract period there will be options to extend for a periods up to and including 48 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The estimated value at II.2.6 represents the upper limit of an estimated contract value. This value represents the potential scale of the contract and takes into account the changes to the scope and/or scale which may result from future. operational requirements.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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:
27/08/2018
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
25/11/2018
IV.2.7) Conditions for opening of tenders
Date:
27/08/2018
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Contract Monitoring. The successful Contractor’s performance on this Contract will be managed as per specification and regularly monitored see Procurement Guidance Note 01/12 Contract Management. https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/PGN-01012-Contract-Management-Principles-Procedures-25-Sept-2017.PDF
Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in Central Procurement Directorate for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Written Warning and Notice of Unsatisfactory Performance and this Contract may be terminated. The issue of a Notice of Written Warning and Notice of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of up to 3 years from the date of issue of the Notice. "The Authority expressly reserves the rights:
(I) not to award any contract as a result of the procurement process commenced by publication of this notice;
(II) to make whatever changes it may see fit to the content and structure of the tendering Competition;
(III) to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and
(IV) to award contract(s) in stages.
In no circumstances will the Authority be liable for any costs incurred by candidates.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
NA
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
10/07/2018