DVSA: Impounding and Immobilisation-Related Services

  DVSA has published this notice through Delta eSourcing

Notice Summary
Title: Impounding and Immobilisation-Related Services
Notice type: Prior Information Notice
Authority: DVSA
Nature of contract: Not applicable
Procedure: Not applicable
Short Description:
Published: 10/07/2019 16:12

View Full Notice

UK-Bristol: Road transport services.


Preliminary Questions
   This notice is for prior information only: Yes
   This notice aims at reducing time-limits for receipt of tenders: No
   This notice is a call for competition: No
         
Section I: Contracting Authority

I.1) Name and addresses:
       Driver and Vehicle Standards Agency
       Berkeley House, Croydon Street, Bristol, BS5 0DA, United Kingdom
       Tel. +44 7831401826, Email: tom.hatherley@dvsa.gov.uk
       Contact: Tom Hatherley
       Main Address: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency
       NUTS Code: UK
      Specifications and additional documents: As Above
I.2) Joint procurement:
   The contract involves joint procurement: No.
   The contract is awarded by a central purchasing body: No .

I.3) Communication          
   Further information can be obtained from: the above mentioned 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/

I.4) Type of the contracting authority    
   National or federal agency/office
I.5) Main activity:    
   Other activity: Transport

Section II: Object
      
II.1) Scope of the procurement - 1
   II.1.1) Title: Impounding and Immobilisation-Related Services    
          Reference number: K280020527
   II.1.2) Common Procurement Vocabulary:       
      60100000 - Road transport services.
   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 (give figures only) : 1,400,000 - GBP
   II.1.6) Information about lots:
      This contract is divided into lots: No          
      Maximum number of lots that may be awarded to one tenderer: Not Provided       
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not Provided

II.2) Lot Description          
   II.2.2) Additional CPV code(s):       
      50118110 - Vehicle towing-away services.          
      63121000 - Storage and retrieval services.       
   II.2.3) Place of performance:       
      Region Codes:               
         UK - 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 &/or immobilised vehicle / load
•Secure storage of impounded &/or immobilised vehicle / load
•Release of impounded &/or immobilised vehicle / load from pound
•Disposal or Sale of impounded &/or immobilised vehicle / load
•Removal and Return of Immobilisation Device
•Provision of immobilisation devices for DVSA use.

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

The duration of this contract will be 5 years.    


II.3) Estimated Date of publication
         26/08/2019
      
      
Section IV: Procedure   

IV.1) Description       
   IV.1.8) Information about Government Procurement Agreement (GPA )
         The contract is covered by the Government Procurement Agreement (GPA) - YES

Section VI: Complementary Information    
VI.3) Additional Information:       
   To view this notice, please click here:
https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=389588837
GO-2019710-PRO-15081567 TKR-2019710-PRO-15081566        

VI.5) Date Of Dispatch Of This Notice: 10/07/2019

View any Notice Addenda

UK-Bristol: Road transport services.
Section I: Contracting Authority
      I.1) Name and addresses
             Department for Transport - Driver & Vehicle Standards Agency
             Berkeley House, Croydon Street, Bristol, BS5 0DA, United Kingdom
             Tel. +44 7831401826, Email: tom.hatherley@dvsa.gov.uk
             Contact: Tom Hatherley
             Main Address: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency
             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: No.
      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 via https://dft.delta-esourcing.com/tenders/UK-UK-Bristol:-Road-transport-services./63KE8944BD 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 activity:

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 - Road transport services.

      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       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50118110 - Vehicle towing-away services.
      63121000 - Storage and retrieval services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of 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 &/or immobilised vehicle / load
•Secure storage of impounded &/or immobilised vehicle / load
•Release of impounded &/or immobilised vehicle / load from pound
•Disposal or Sale of impounded &/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 - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Price / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,400,000       
      Currency: 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 two further years (1 year +1 year) subject to the requirements of the DVSA.
      
      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: 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       
      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: Yes    

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: 2019/S 134 - 329539       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 02/10/2019 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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 02/10/2019
         Time: 12:05
      

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 Yes       
   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.
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
   VI.4) Procedures for review
   VI.4.1) Review body:
             Driver & Vehicle Standards Agency
       Berkeley House, Croydon Street, Bristol, BS5 0DA, United Kingdom
       Tel. +44 7831401826, Fax. +44 7831401826, Email: Tom.Hatherley@DVSA.GOV.UK
       Internet address: 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, United Kingdom
          Tel. +44 1792384648
   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:
          DfT
       Longview Road, null, Swansea, SA6 7JL, United Kingdom
       Tel. +44 1792384648
   VI.5) Date Of Dispatch Of This Notice: 04/09/2019

Annex A


View Award Notice