DVLA is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Testing Services Contract |
Notice type: | Contract Notice |
Authority: | DVLA |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Short description: The Driver and Vehicle Licensing Agency (DVLA) requires a contract which will deliver visual field and visual acuity testing service by qualified and trained opticians to assist DVLA in determining a drivers medical fitness to hold a driving licence. The successful supplier must be capable of carrying out both Group 1 (Car & Motorcycle) and Group 2 (Lorry/Bus) Visual Field Standard Tests and be able to provide national coverage throughout Great Britain. Suppliers may consider the creation of consortiums and sub-contracting with Small and Medium Enterprises (SME) to ensure delivery. Suppliers should indicate if they fall within a small (less than 50 employees) or medium (50 to 249 employees) enterprise category. DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement. |
Published: | 06/03/2019 15:55 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
DVLA
Commercial Directorate, C2W, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792782489, Email: cdms@dvla.gov.uk
Contact: Andrea James
Main Address: www.gov.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Swansea:-Optician-services./D787TV834R
Additional information can be obtained from: the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Other type:: Central Government
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Testing Services Contract
Reference Number: PS/19/06
II.1.2) Main CPV Code:
85160000 - Optician services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Short description: The Driver and Vehicle Licensing Agency (DVLA) requires a contract which will deliver visual field and visual acuity testing service by qualified and trained opticians to assist DVLA in determining a drivers medical fitness to hold a driving licence. The successful supplier must be capable of carrying out both Group 1 (Car & Motorcycle) and Group 2 (Lorry/Bus) Visual Field Standard Tests and be able to provide national coverage throughout Great Britain. Suppliers may consider the creation of consortiums and sub-contracting with Small and Medium Enterprises (SME) to ensure delivery. Suppliers should indicate if they fall within a small (less than 50 employees) or medium (50 to 249 employees) enterprise category. DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement.
II.1.5) Estimated total value:
Value excluding VAT: 19,100,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Description of procurement: The Driver and Vehicle Licensing Agency (DVLA) requires a contract which will deliver visual field and visual acuity testing service by qualified and trained opticians to assist DVLA in determining a drivers medical fitness to hold a driving licence. The successful supplier must be capable of carrying out both Group 1 (Car/Motorcycle) and Group 2 (Lorry/Bus) Visual Field Standard Tests and be able to provide national coverage throughout Great Britain. Suppliers may consider the creation of consortiums and sub-contracting with Small and Medium Enterprises (SME) to ensure delivery. Suppliers should indicate if they fall within a small (less than 50 employees) or medium (50 to 249 employees) enterprise category. DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement. It should be noted that responding to this notice does not place any supplier in an advantageous position.
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: 19,100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Description of renewals: The contract duration is for a period of 3 years with the option to extend for two 12 monthly periods (3+1+1). The estimated contract value ranges up to £19.1M over a five year period.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://dft.delta-esourcing.com/respond/D787TV834R
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: 2017/S 146 - 301808
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/04/2019 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 10/04/2019
Time: 12:00
Place:
DVLA Swansea
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.he 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.
The Government has a commitment to increase skills levels within the UK workforce with an ambition of creating 30,000 new rail and road apprenticeships by 2020 in line with the Transport Infrastructure Skills Strategy. It has been identified that this contract can assist with the development of skills and delivery of 1 new apprenticeship for every £5 million of the total contract value.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://dft.delta-esourcing.com/tenders/UK-UK-Swansea:-Optician-services./D787TV834R
To respond to this opportunity, please click here:
https://dft.delta-esourcing.com/respond/D787TV834R
VI.4) Procedures for review
VI.4.1) Review body:
DfT
Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
DfT
Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792782489
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 06/03/2019
Annex A
View any Notice Addenda
Provision of Testing Services Contract
UK-Swansea: Optician services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
DVLA
Commercial Directorate, C1W, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792786290, Email: cdms@dvla.gov.uk
Contact: Lauren Vaughan
Main Address: www.gov.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Provision of Testing Services Contract Reference number: PS/19/06
II.1.2) Main CPV code:
85160000 - Optician services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Short description: The Driver and Vehicle Licensing Agency (DVLA) requires a contract which will deliver visual field and visual acuity testing service by qualified and trained opticians to assist DVLA in determining a drivers medical fitness to hold a driving licence. The successful supplier must be capable of carrying out both Group 1 (Car & Motorcycle) and Group 2 (Lorry/Bus) Visual Field Standard Tests and be able to provide national coverage throughout Great Britain. Suppliers may consider the creation of consortiums and sub-contracting with Small and Medium Enterprises (SME) to ensure delivery. Suppliers should indicate if they fall within a small (less than 50 employees) or medium (50 to 249 employees) enterprise category. DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 05/11/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 232967
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 31/10/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.2.5
Lot No: Not provided
Place of text to be modified: Not provided
Instead of: Price
Read: Criterion:
Quality Weighting: 65%
Price Weighting: 35%
VII.2) Other additional information: To view this notice, please click here:
https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=444446629
UK-Swansea: Optician services.
UK-Swansea: Optician services.
This notice is covered by: Directive 2014/23/EU
Section I: Contracting authority/entity
I.1) Name and addresses
DVLA
Commercial Directorate, C1W, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792786290, Email: cdms@dvla.gov.uk
Contact: Lauren Vaughan
Main Address: www.gov.uk
NUTS Code: UK
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Testing Services Contract
Reference number: PS/19/06
II.1.2) Main CPV code:
85160000 - Optician services.
II.1.3) Type of contract: SERVICES
II.2) Description
II.2.1) Title: Not Provided
Lot No: Not Provided
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of the procurement at the time of conclusion of the contract:
Not Provided
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 60
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 IV: Procedure
IV.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number in OJ S: Not Provided
Section V: Award of contract/concession
Contract No: PS/19/06 Lot No: Not Provided Title: Povision of Optician Services
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision: 30/10/2019
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor/concessionaire, No. 1:
Specsavers Optical Superstores Limited, 01721624
Forum 6 Parkway, Solent Business Park, Whiteley, Fareham, United Kingdom
NUTS Code: UK
The contractor/concessionaire is an SME: No
V.2.4) Information on value of the contract/lot/concession:
Total value of the procurement: 9,711,030
Currency: GBP
Section VI: Complementary Information
VI.3) Additional Information:
To view this notice, please click here:
https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=538841273
VI.4) Procedures for review
VI.4.1) Review Body
DfT
Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
V1.4.2) Body responsible for mediation procedures:
DfT
Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792782489
VI.4.3) Review procedure
Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 29/10/2020
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code:
85160000 - Optician services.
VII.1.2) Additional CPV code(s)
Not Provided
VII.1.3) Place of performance:
UKL18 Swansea
VII.1.4) Description of the procurement:
Optical Services
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
Duration in months: 60
.
VII.1.6) Information on value of the contract/lot/concession
Total value of the contract/lot/concession: 9,711,030
Currency: GBP
The contract has been awarded to a group of economic operators: No
VII.1.7) Name and address of the contractor/concessionaire, No. 1:
Specsavers Optical Super Stores Ltd, 01721624
Cirrus House, Experian Way, Nottingham, NG21EP, United Kingdom
NUTS Code: UKL18
The contractor/concessionaire is an SME: No
VII.2) Information about modifications
VII.2.1) Description of the modifications:
Provision of PPE and Disinfecting Services during Covid-19 Pandemic.
VII.2.2) Reasons for modification:
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Provision of PPE and Disinfecting Services during Covid-19 Pandemic.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 1,300,000
Currency: GBP
Total contract value after the modifications:
Value excluding VAT: 11,011,030
Currency: GBP
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
DVLA
Commercial Directorate, C1W, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792786290, Email: cdms@dvla.gov.uk
Contact: Lauren Vaughan
Main Address: www.gov.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Other type:: Central Government
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of Testing Services Contract
Reference number: PS/19/06
II.1.2) Main CPV code:
85160000 - Optician services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Short description: The Driver and Vehicle Licensing Agency (DVLA) requires a contract which will deliver visual field and visual acuity testing service by qualified and trained opticians to assist DVLA in determining a drivers medical fitness to hold a driving licence. The successful supplier must be capable of carrying out both Group 1 (Car & Motorcycle) and Group 2 (Lorry/Bus) Visual Field Standard Tests and be able to provide national coverage throughout Great Britain. Suppliers may consider the creation of consortiums and sub-contracting with Small and Medium Enterprises (SME) to ensure delivery. Suppliers should indicate if they fall within a small (less than 50 employees) or medium (50 to 249 employees) enterprise category. DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 9,711,030
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Description of procurement: The Driver and Vehicle Licensing Agency (DVLA) requires a contract which will deliver visual field and visual acuity testing service by qualified and trained opticians to assist DVLA in determining a drivers medical fitness to hold a driving licence. The successful supplier must be capable of carrying out both Group 1 (Car/Motorcycle) and Group 2 (Lorry/Bus) Visual Field Standard Tests and be able to provide national coverage throughout Great Britain. Suppliers may consider the creation of consortiums and sub-contracting with Small and Medium Enterprises (SME) to ensure delivery. Suppliers should indicate if they fall within a small (less than 50 employees) or medium (50 to 249 employees) enterprise category. DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement. It should be noted that responding to this notice does not place any supplier in an advantageous position.
II.2.5) Award criteria:
Not Provided
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the 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 OJEU: 2019/S 49-112727
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/10/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Specsavers Optical Superstores Limited
Forum 6 Parkway, Solent Business Park, Whiteley, Fareham, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 9,711,030
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/10/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Specsavers Optical Superstores Limited
Forum 6 Parkway, Solent Business Park, Whiteley, Fareham, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 9,711,030
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/10/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Specsavers Optical Superstores Limited
Forum 6 Parkway, Fareham, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 9,711,030
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=443227126
VI.4) Procedures for review
VI.4.1) Review body
DfT
Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
VI.4.2) Body responsible for mediation procedures
DfT
Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792782489
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 31/10/2019