DfT(c): VED Evasion Roadside Survey 2013 - 15

  DfT(c) has published this notice through Delta eSourcing

Notice Summary
Title: VED Evasion Roadside Survey 2013 - 15
Notice type: Contract Notice
Authority: DfT(c)
Nature of contract: Services
Procedure: Open
Short Description: The requirement is for a contractor to plan, organise and conduct a roadside survey to monitor the extent of vehicle excise duty evasion in the United Kingdom. In conducting the survey, the contractor will be required to record the registration marks and images of vehicles observed to be in use at 256 pre-determined roadside sites across the United Kingdom during June 2013. The survey must be conducted in line with specific guidelines and, to ensure accuracy, all survey data must be collected through automatic number plate recognition technology with every registration mark collected subject to an additional manual check. Once collected and verified, the survey data must be returned to the Department in an agreed electronic format for subsequent processing.
Published: 09/01/2013 11:43

View Full Notice

UK-Hastings: Surveying services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      DFT
      Corporate Procurement Division, Zone D/02 Ashdown House, Sedlescombe Road North, Hastings, TN37 7GA, United Kingdom
      Tel. +44 02079448422, Fax. +44 02079448440, Email: anthony.moss@dft.gsi.gov.uk, URL: www.dft.gov.uk
      Attn: Tony Moss

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Other: Transport

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: VED Evasion Roadside Survey 2013 - 15
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Surveying services. Survey design services. The requirement is for a contractor to plan, organise and conduct a roadside survey to monitor the extent of vehicle excise duty evasion in the United Kingdom. In conducting the survey, the contractor will be required to record the registration marks and images of vehicles observed to be in use at 256 pre-determined roadside sites across the United Kingdom during June 2013. The survey must be conducted in line with specific guidelines and, to ensure accuracy, all survey data must be collected through automatic number plate recognition technology with every registration mark collected subject to an additional manual check. Once collected and verified, the survey data must be returned to the Department in an agreed electronic format for subsequent processing.
         
      II.1.6)Common Procurement Vocabulary:
         71355000 - Surveying services.
         
         79311100 - Survey design services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Applicants invited to tender will be advised.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Tenders are to be priced in Sterling and payment will only be made in Sterling.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The group will be required to nominate a lead partner with whom the Authority can contract, or form themselves into a single legal entity before the contract is awarded.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The Department for Transport's General Terms and Conditions for Services      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      A statement is required as to whether any of the circumstances described in Article 45.1 (a-d) or 45.2 (a-g) od Directive 2004/18/EC (Regulations 23 of UK SI 2006 No.5) including, but not limited to, environmental issues apply.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PPRO 04/24/19      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 25/02/2013
         Time: 16:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 60
      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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, and the contract will be awarded on the basis of the most economically advantageous tender. The authority expressly reserves the rights: (1) not to award any contract as a result of the procurement process commenced by publication of this notice; (2) in no circumstances will the authority be liable for any costs incurred by the candidates.
The length of contract may be extended by another year depending on performance.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=48770512
GO-201319-PRO-4502417 TKR-201319-PRO-4502416
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      DFT
      Corporate Procurement Division, Hastings, TN37 7GA, United Kingdom
      Tel. +44 02079448422, Email: anthony.moss@dft.gsi.gov.uk

      VI.4.2)Lodging of appeals: The Department for Transport will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. In the first instance such additional information should be required from the address provided in part 1.1. Following that if the parties still cannot resolve the matter then it should be escalated to the Deputy Director of Procurement, Great Minster House, 76 Marsham Street, London SW1P 4DR. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 09/01/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Hastings: Surveying services.

Section I: Contracting Authority
   Title: UK-Hastings: Surveying services.
   I.1)Name, Addresses and Contact Point(s):
      DFT
      Corporate Procurement Division, Zone D/02 Ashdown House, Sedlescombe Road North, Hastings, TN37 7GA, United Kingdom
      Tel. +44 02079448422, Fax. +44 02079448440, Email: anthony.moss@dft.gsi.gov.uk, URL: www.dft.gov.uk
      Attn: Tony Moss

   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: VED Evasion Roadside Survey 2013 - 15      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Surveying services. Survey design services. The requirement is for a contractor to plan, organise and conduct a roadside survey to monitor the extent of vehicle excise duty evasion in the United Kingdom. In conducting the survey, the contractor will be required to record the registration marks and images of vehicles observed to be in use at 256 pre-determined roadside sites across the United Kingdom during June 2013. The survey must be conducted in line with specific guidelines and, to ensure accuracy, all survey data must be collected through automatic number plate recognition technology with every registration mark collected subject to an additional manual check. Once collected and verified, the survey data must be returned to the Department in an agreed electronic format for subsequent processing.
      II.1.5)Common procurement vocabulary:
         71355000 - Surveying services.
         79311100 - Survey design services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         the criteria i the specification document - 100
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PPRO 04/24/19         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: PPRO 04/24/15

      V.1)Date Of Contract Award: 26/04/2013      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Nationwide Data Collection
         Postal address: Dearden House, Dearden Street
         Town: Ossett
         Postal code: WF5 8NR
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 500,000
            Currency: GBP

         Total final value of the contract
            Value: 465,668
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender. The authority expressly reserves the rights: (1) not to award any contract as a result of the procurement process commenced by publication of this notice; (2) in no circumstances will the authority be liable for any costs incurred by the candidates.
The length of contract may be extended by another year depending on performance.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=58333866
GO-2013429-PRO-4767833 TKR-2013429-PRO-4767832   
   VI.3.1)Body responsible for appeal procedures:
      DFT
      Corporate Procurement Division, Hastings, TN37 7GA, United Kingdom
      Tel. +44 02079448422, Email: anthony.moss@dft.gsi.gov.uk
   VI.3.2)Lodging of appeals: The Department for Transport will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. In the first instance such additional information should be required from the address provided in part 1.1. Following that if the parties still cannot resolve the matter then it should be escalated to the Deputy Director of Procurement, Great Minster House, 76 Marsham Street, London SW1P 4DR. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 29/04/2013