Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DfI DVA — Procurement of Vehicle Testing Equipment

  • First published: 13 July 2018
  • Last modified: 13 July 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Driver & Vehicle Licensing Agency (DVLA)
Authority ID:
AA25365
Publication date:
13 July 2018
Deadline date:
27 August 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
50110000 Repair and maintenance services of motor vehicles and associated equipment Repair, maintenance and associated services of vehicles and related equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
neil.gorman@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.