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

Impounding and Immobilisation-Related Services

  • First published: 09 September 2019
  • Last modified: 09 September 2019

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:
09 September 2019
Deadline date:
02 October 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

DVSA is responsible for road safety across the UK. To protect against unsafe drivers the DVSA must ensure illegally-operated vehicles, predominantly Heavy good vehicles (HGV) and Public service vehicles (PSVs) are prevented from using the roads.

DVSA has the powers to either impound or immobilise vehicles. DVSA requires a supplier to provide services following impounding and immobilisation activity.

Services within scope include:

— collection of impounded and/or immobilised vehicle/load,

— secure storage of impounded and/or immobilised vehicle/load,

— release of impounded and/or immobilised vehicle/load from pound,

— disposal or sale of impounded and/or immobilised vehicle/load,

— removal and return of immobilisation device,

— provision of immobilisation devices for DVSA use (optional requirement).

Please register your company with the portal at https://www.delta-esourcing.com to ensure that you are able to access and submit the relevant documents online.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Transport — Driver and Vehicle Standards Agency

Berkeley House, Croydon Street

Bristol

BS5 0DA

UK

Contact person: Tom Hatherley

Telephone: +44 7831401826

E-mail: tom.hatherley@dvsa.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://dft.delta-esourcing.com/tenders/UK-UK-Bristol:-Road-transport-services./63KE8944BD


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://dft.delta-esourcing.com/tenders/UK-UK-Bristol:-Road-transport-services./63KE8944BD


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://dft.delta-esourcing.com/tenders/UK-UK-Bristol:-Road-transport-services./63KE8944BD


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Impounding and Immobilisation-Related Services

Reference number: K280020527

II.1.2) Main CPV code

60100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

DVSA is responsible for road safety across the UK and has the powers to either impound or immobilise vehicles. DVSA requires a supplier to provide services following impounding and immobilisation activity, such as (but not limited to) the collection of vehicle, storage of vehicle and the removal of immobilisation device.

II.1.5) Estimated total value

Value excluding VAT: 1 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50118110

63121000

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 is responsible for road safety across the UK. To protect against unsafe drivers the DVSA must ensure illegally-operated vehicles, predominantly Heavy good vehicles (HGV) and Public service vehicles (PSVs) are prevented from using the roads.

DVSA has the powers to either impound or immobilise vehicles. DVSA requires a supplier to provide services following impounding and immobilisation activity.

Services within scope include:

— collection of impounded and/or immobilised vehicle/load,

— secure storage of impounded and/or immobilised vehicle/load,

— release of impounded and/or immobilised vehicle/load from pound,

— disposal or sale of impounded and/or immobilised vehicle/load,

— removal and return of immobilisation device,

— provision of immobilisation devices for DVSA use (optional requirement).

Please register your company with the portal at https://www.delta-esourcing.com to ensure that you are able to access and submit the relevant documents online.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Cost criterion: Price / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: 1 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/01/2020

End: 31/12/2023

This contract is subject to renewal: Yes

Description of renewals:

The duration of this contract will be 3 years with an optional extension period of up to 2 further years (1 year +1 year) subject to the requirements of the DVSA.

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

II.2.14) Additional information

Coverage is required across England, Scotland and Wales at all times (24 hours a day, 7 days a week).

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.2.3) 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 134-329539

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/10/2019

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: 02/10/2019

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://dft.delta-esourcing.com/tenders/UK-UK-Bristol:-Road-transport-services./63KE8944BD

To respond to this opportunity, please click here:

https://dft.delta-esourcing.com/respond/63KE8944BD

GO Reference: GO-201994-PRO-15327985

VI.4) Procedures for review

VI.4.1) Review body

Driver and Vehicle Standards Agency

Berkeley House, Croydon Street

Bristol

BS5 0DA

UK

Telephone: +44 7831401826

E-mail: Tom.Hatherley@DVSA.GOV.UK

Fax: +44 7831401826

Internet address(es)

URL: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency

VI.4.2) Body responsible for mediation procedures

DfT

Longview Road, null

Swansea

SA6 7JL

UK

Telephone: +44 1792384648

VI.4.4) Service from which information about the review procedure may be obtained

DfT

Longview Road, null

Swansea

SA6 7JL

UK

Telephone: +44 1792384648

VI.5) Date of dispatch of this notice

04/09/2019

Coding

Commodity categories

ID Title Parent category
60100000 Road transport services Transport services (excl. Waste transport)
63121000 Storage and retrieval services Storage and warehousing services
50118110 Vehicle towing-away services Automobile emergency road services

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:
tom.hatherley@dvsa.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.