Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Driver and Vehicle Standards Agency
  Berkeley House, Croydon Street
  Bristol
  BS5 0DA
  UK
  
            Contact person: Cathy Hallows
  
            Telephone: +44 7710934899
  
            E-mail: cathy.hallows@dvsa.gov.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency
 
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://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Weighbridge-services./2HJZWTB56P
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-Bristol:-Weighbridge-services./2HJZWTB56P
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.delta-esourcing.com/tenders/UK-Bristol:-Weighbridge-services./2HJZWTB56P
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
            Other: Driving and Vehicle Safety
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Verification of Weighbridges and Related Services
            Reference number: K28-002-0916
  II.1.2) Main CPV code
  63712500
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  DVSA conduct vehicle weighing checks using specialist weighing equipment, to ensure illegally operated goods vehicles and passenger vehicles are prevented from using the roads. This equipment needs to be maintained to national and UK Standards and must comply with the consolidated code of practice; enforcement weighing of vehicles. DVSA are seeking calibration and verification testing services so that equipment is always accurate to comply with the current standards. This includes supply, installation, repair, maintenance, and level surveying work; plus some construction and civil and mechanical engineering work.
  II.1.5) Estimated total value
  Value excluding VAT: 
			2 080 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    63712500
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    UNITED KINGDOM.
    II.2.4) Description of the procurement
    DVSA must ensure illegally operated goods vehicles and passenger vehicles are prevented from using the roads and all vehicle weighing equipment and the approach levels that lead to the weighing platforms, must comply with and be traceable to the UK/National Standards that are in place at the time, including the consolidated code of practice; enforcement weighing of vehicles.
    The contract will include calibration testing, and the verification of equipment (by an inspector of weights and measures from trading standards); supply, installation, repair, maintenance, service and level accuracy surveying work, plus some construction and civil and mechanical engineering work.
    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: 
			2 080 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                01/01/2021
    
                End:
                31/12/2022
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The initial contract period will be for two (2) years from the commencement date, including the exercise of any options periods, shall not exceed three (3) years.
    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:
            
              No
            
    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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Please refer to the procurement documents.
  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
  III.2.2) Contract performance conditions
  Please refer to the procurement documents.
  III.2.3) Information about staff responsible for the performance of the contract
  Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2019/S 243-597307
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              05/08/2020
  
                Local time: 12:00
  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
  
                Duration in months: 3 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              05/08/2020
  
              Local time: 12:05
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Weighbridge-services./2HJZWTB56P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2HJZWTB56P
GO Reference: GO-202078-PRO-16804370
VI.4) Procedures for review
  VI.4.1) Review body
  
    DfT
    Longview Road
    Swansea
    SA6 7JL
    UK
    
            Telephone: +44 1792384648
   
  VI.4.2) Body responsible for mediation procedures
  
    DfT
    Longview Rd
    Swansea
    SA6 7JL
    UK
   
  VI.4.4) Service from which information about the review procedure may be obtained
  
    DfT
    Longview Rd
    Swansea
    SA6 7JL
    UK
   
 
VI.5) Date of dispatch of this notice
08/07/2020