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
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
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