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