Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Department for Infrastructure - Driver and Vehicle Agency
66 Balmoral Road
Belfast
BT12 6QL
UK
E-mail: ssdadmin.cpd@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 NI
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
E-mail: ssdadmin.cpd@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.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
Reference number: ID1213759
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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
11 000 000.00
GBP
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
Quality criterion: Design Development Phase
/ Weighting: 10.8
Quality criterion: Proposed Light Lane Equipment
/ Weighting: 10.8
Quality criterion: Proposed Heavy Lane Equipment
/ Weighting: 10.8
Quality criterion: Proposed Vehicle Lift
/ Weighting: 10.8
Quality criterion: Proposed Integrated Test Lane Software
/ Weighting: 7.8
Quality criterion: Proposed IT Infrastructure
/ Weighting: 3
Quality criterion: Proposed Maintenance Solution
/ Weighting: 3
Quality criterion: Proposed Management Information System MIS
/ Weighting: 3
Price
/ Weighting:
40
II.2.11) Information about options
Options:
Yes
Description of options:
After the initial contract period of 10 years 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 figure detailed within section II.1.7 above is the estimated cost for the initial purchase of 70 test lanes. Should approval be granted for the construction of the new Test Centres this cost will increase accordingly to purchase up to an additional 40 test lanes 110 in total as outlined within the specification document.
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:
2018/S 133-302248
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
07/03/2019
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Worldwide Environmental Products Inc.
1100 Beacon St.
Brea
928212936
US
NUTS: UKN
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 11 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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 three 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
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was. communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.
VI.5) Date of dispatch of this notice
07/03/2019