DVLA: Charging Clean Air Zones

  DVLA has published this notice through Delta eSourcing

Notice Summary
Title: Charging Clean Air Zones
Notice type: Voluntary Ex-Ante Transparency Notice
Authority: DVLA
Nature of contract: Services
Procedure: ???respondToList.procedureType.NEGOTIATED_WITHOUT_PRIOR_PUBLICATION???
Short Description: DfT requires ongoing Service Management, including: Digital Delivery, Technical Build and Live Support & Maintenance for the provision of Clean Air Zone
Published: 03/04/2020 15:55

View Full Notice

UK-London: IT services: consulting, software development, Internet and support.

Preliminary Questions
   This notice is published by:
   Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
       Department for Transport
       Great Minster House, 38 Horseferry Road, Westminster, London, SW1P 4DR, United Kingdom
       Tel. +44 7971145115, Email: Peter.Birkbeck@dft.gov.uk
       Contact: Peter Birkbeck
       Main Address: https://www.gov.uk/government/organisations/department-for-transport, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-transport
       NUTS Code: UK

I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
      Body governed by public law

I.5) Main Activity (in the case of a notice published by a contracting authority)
      General public services


Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Charging Clean Air Zones.
      Reference number: Not Provided
      
   II.1.2) Main CPV code:
      72000000 - IT services: consulting, software development, Internet and support.
   
   II.1.3) Type of contract: SERVICES
   
   II.1.4) Short Description: DfT requires ongoing Service Management, including: Digital Delivery, Technical Build and Live Support & Maintenance for the provision of Clean Air Zone
   
   II.1.6) Information about lots
      This contract is divided into lots: No

   II.1.7) Total value of the procurement (excluding VAT)
      Value: 6,987,000      
      Currency: GBP


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 the procurement:
    DfT requires ongoing Service Management, including: Digital Delivery, Technical Build and Live Support & Maintenance for the provision of Clean Air Zone    
   
   II.2.5) Award criteria
   (Directive 2014/24/EU / Directive 2014/25/EU)
               
    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: Negotiated procedure without prior publication (in accordance with Article 32 of Directive 2014/24/EU)          
   
   IV.1.3) Information about framework agreement
         The procurement involves the establishment of a framework agreement: 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 OJ S: Not provided       
   
Section V: Award Of Contract/Concession
      
Award of Contract/Concession No: 1
Contract No: TETI CCAZ Service Manager   Lot Number: Not Provided    Title: Not Provided

V.2) Award of contract/concession
      
      V.2.1) Date of contract award decision: 01/04/2020.
      
      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:
          Informed Solutions Ltd, 02755304
       The Old Bank, Old Market Place, Altrincham, WA14 4PA, United Kingdom
       Tel. +44 2030422000, Email: opportunities@informed.com
       Internet address: https://www.informed.com/
       NUTS Code: UK
   The contractor/concessionaire will be an SME: Yes    
   
         
      V.2.4) Information on value of the contract/lot/concession:
         Initial estimated total value of the contract: Not Provided          
         Total value of the contract/lot/concession 6,987,000         
         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=486104496
GO-202043-PRO-16299924 TKR-202043-PRO-16299923   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
          Department for Transport
       38 Horseferry Road, Westminster, London, SW1P 4DR, United Kingdom
       Internet address: https://www.gov.uk/government/organisations/department-for-transport
   
      V1.4.2) Body responsible for mediation procedures:
                Department for Transport
       38 Horseferry Road, Westminster, London, SW1P 4DR, United Kingdom.

      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: 03/04/2020


Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU

1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

   No tenders or no suitable tenders/requests to participate in response to: Not provided

   
   
   The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons
   
   Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No
   
   Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No

   New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No

   Service contract to be awarded to the winner or one of winners under the rules of a design contest: No

   

   Purchase of supplies or services on particularly advantageous terms: Not Provided



3. Explanation

   Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
   lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
   The Authority intends to award a contract to Informed Solutions. The duration of the contract will be 12 months with the potential to extend up to 6 months where delivery is affected due to COVID-19. At this point in time it is recognised that it would be impractical and add significant risk to the overall project timetable for a new provider to take on the service support of a newly developing system without entering into a period of due diligence. This would, impact on service roll-out in terms of delivery and timescales for implementation if a new supplier were brought on-board which cannot be catered for from initial Go Live. Therefore, the incumbent, for technical reasons would be the only provider available to support the system in its infancy.
   

View any Notice Addenda

View Award Notice

UK-London: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Department for Transport
       Great Minster House, 38 Horseferry Road, Westminster, London, SW1P 4DR, United Kingdom
       Tel. +44 7971145115, Email: Peter.Birkbeck@dft.gov.uk
       Contact: Peter Birkbeck
       Main Address: https://www.gov.uk/government/organisations/department-for-transport, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-transport
       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.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Charging Clean Air Zones            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         72000000 - IT services: consulting, software development, Internet and support.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: DfT requires ongoing Service Management, including: Digital Delivery, Technical Build and Live Support & Maintenance for the provision of Clean Air Zone

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 6,987,000
                  
         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: DfT requires ongoing Service Management, including: Digital Delivery, Technical Build and Live Support & Maintenance for the provision of Clean Air Zone

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      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: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)


   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: 2020/S 69-165836
      
   

   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: TETI CCAZ Service Manager    
   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: 21/04/2020

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Informed Solutions Ltd, 02755304
             The Old Bank, Old Market Place, Altrincham, WA14 4PA, United Kingdom
             Tel. +44 2030422000, Email: opportunities@informed.com
             Internet address: https://www.informed.com/
             NUTS Code: UK
            The contractor is an SME: Yes

      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: 6,987,000
         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=489946555

   VI.4) Procedures for review

      VI.4.1) Review body
          Department for Transport
          38 Horseferry Road, Westminster, London, SW1P 4DR, United Kingdom
          Internet address: https://www.gov.uk/government/organisations/department-for-transport

      VI.4.2) Body responsible for mediation procedures
          Department for Transport
          38 Horseferry Road, Westminster, London, SW1P 4DR, United Kingdom

      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: 12/05/2020




ANNEX D

   1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

      No tenders or no suitable tenders/requests to participate in response to: Not Provided

            
      
      The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

      Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No

      Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No

      New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
            Service contract to be awarded to the winner or one of winners under the rules of a design contest: No
      

      Purchase of supplies or services on particularly advantageous terms: No


   3. Explanation
          The duration of the contract will be 12 months with the potential to extend up to 6 months. At this point in time it is recognised that it would be impractical and add significant risk to the overall project timetable for a new provider to take on the service support of a newly developing system without entering into a period of due diligence. This would, impact on service roll-out in terms of delivery and timescales for implementation if a new supplier were brought on-board which cannot be catered for from initial Go Live. Therefore, the incumbent, for technical reasons would be the only provider available to support the system in its infancy.