DVSA: Future Theory Test Service (FTTS) Test Centre Network (TCN)

  DVSA has published this notice through Delta eSourcing

Notice Summary
Title: Future Theory Test Service (FTTS) Test Centre Network (TCN)
Notice type: Contract Award Notice
Authority: DVSA
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The Driver and Vehicle Standards Agency (DVSA), an executive agency of the Department for Transport, acting in its capacity as procurement agent on behalf of The Secretary of State for Transport has undertaken a procurement process adopting the Competitive Dialogue procedure (Contract Notice 2019/S 213-523071)for the provision of the Regional Test Centre Networks (“TCN”) across Great Britain and Northern Ireland for its Future Theory Test Service (FTTS). The contracts are also for the benefit of the driver and vehicle agency (an executive agency of the Northern Ireland Department for Infrastructure) . The TCN is packaged into three regional Lots, Having completed this competition, DVSA has appointed the successful suppliers for each of the three regional Lots in accordance with the procedures set out in the procurement documents, including the detailed contract award process.
Published: 20/01/2021 16:42

View Full Notice

UK-Nottingham: Driving-test services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Secretary of State for Transport
       The Axis Building, 3rd Floor, 112 Upper Parliament Street, Queen Street, Nottingham, NG1 6LP, United Kingdom
       Tel. +44 7824599431, Email: Christopher.Gratton@DVSA.GOV.UK
       Contact: Christopher Gratton
       Main Address: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency, Address of the buyer profile: https://dft.delta-esourcing.com
       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:
      Ministry or any other national or federal authority, including their regional or local subdivisions

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Future Theory Test Service (FTTS) Test Centre Network (TCN)            
      Reference number: K280020852

      II.1.2) Main CPV code:
         80411100 - Driving-test services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Driver and Vehicle Standards Agency (DVSA), an executive agency of the Department for Transport, acting in its capacity as procurement agent on behalf of The Secretary of State for Transport has undertaken a procurement process adopting the Competitive Dialogue procedure (Contract Notice 2019/S 213-523071)for the provision of the Regional Test Centre Networks (“TCN”) across Great Britain and Northern Ireland for its Future Theory Test Service (FTTS). The contracts are also for the benefit of the driver and vehicle agency (an executive agency of the Northern Ireland Department for Infrastructure) . The TCN is packaged into three regional Lots, Having completed this competition, DVSA has appointed the successful suppliers for each of the three regional Lots in accordance with the procedures set out in the procurement documents, including the detailed contract award process.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 231,100,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Region A: Scotland, Northern Ireland, North West, North East, Yorkshire and Humberside   
      Lot No:1

      II.2.2) Additional CPV code(s):
            80411100 - Driving-test services.
            70000000 - Real estate services.
            70100000 - Real estate services with own property.
            72500000 - Computer-related services.
            72590000 - Computer-related professional services.
            72800000 - Computer audit and testing services.
            72820000 - Computer testing services.
            75100000 - Administration services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.
            80000000 - Education and training services.
            80411000 - Driving-school services.
            80420000 - E-learning services.
            80490000 - Operation of an educational centre.
            80500000 - Training services.
            80520000 - Training facilities.


      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: The DVSA is appointing a supplier for Region A: Scotland, Northern Ireland, North West, North East, Yorkshire and Humberside. The current Theory Test contract covering this area expires on the 3rd September 2021 with the replacement TCN Service coming into effect from 4th September 2021 as part of the Future Theory Test Service (FTTS). The contract is for an implementation period followed by 5 years and renewal options of up to 24 months. The total estimated value of the contract for Lot 1 is £73,600,000 (this value is calculated based on the forecast upper volume limits and assumes the maximum term). Please note that in the event of cross contract step-in rights being exercised by DVSA (i.e. a contractor for another TCN region taking on all or part of this contract) the value of the services (or part thereof) of the contract awarded for this Lot subject to such cross contract step-in, will be deemed to have transferred over to the contract with the contractor for the other TCN region that steps in.

      II.2.5) Award criteria:
      Quality criterion - Name: As detailed in the procurement documents / Weighting: 65
                  
      Cost criterion - Name: As detailed in the procurement documents / Weighting: 35
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Contract Extension - The initial contract is for an implementation period followed by 5 years and renewal options of up to 24 months

      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

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Region B: Wales, West Midlands, South West, South East   
      Lot No:2

      II.2.2) Additional CPV code(s):
            80411100 - Driving-test services.
            70000000 - Real estate services.
            70100000 - Real estate services with own property.
            72500000 - Computer-related services.
            72590000 - Computer-related professional services.
            72800000 - Computer audit and testing services.
            72820000 - Computer testing services.
            75100000 - Administration services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.
            80000000 - Education and training services.
            80411000 - Driving-school services.
            80420000 - E-learning services.
            80490000 - Operation of an educational centre.
            80500000 - Training services.
            80520000 - Training facilities.


      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: The DVSA is appointing a supplier for Region B: Wales, West Midlands, South West, South East. The current Theory Test contract covering this area expires on the 3rd September 2021 with the replacement TCN Service coming into effect from 4th September 2021 as part of the Future Theory Test Service (FTTS). The contract is for an implementation period followed by 5 years and renewal options of up to 24 months. The total estimated value of the contract for Lot 2 is £90,000,000 (this value is calculated based on the forecast upper volume limits and assumes the maximum term). Please note that in the event of cross contract step-in rights being exercised by DVSA (i.e. a contractor for another TCN region taking on all or part of this contract) the value of the services (or part thereof) of the contract awarded for this Lot subject to such cross contract step-in, will be deemed to have transferred over to the contract with the contractor for the other TCN region that steps in.

      II.2.5) Award criteria:
      Quality criterion - Name: As detailed in the procurement documents / Weighting: 65
                  
      Cost criterion - Name: As detailed in the procurement documents / Weighting: 35
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Contract Extension - The initial contract is for an implementation period followed by 5 years and renewal options of up to 24 months

      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

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Region C: East Midlands, East of England and London   
      Lot No:3

      II.2.2) Additional CPV code(s):
            80411100 - Driving-test services.
            70000000 - Real estate services.
            70100000 - Real estate services with own property.
            72500000 - Computer-related services.
            72590000 - Computer-related professional services.
            72800000 - Computer audit and testing services.
            72820000 - Computer testing services.
            75100000 - Administration services.
            79993000 - Building and facilities management services.
            79993100 - Facilities management services.
            80000000 - Education and training services.
            80411000 - Driving-school services.
            80420000 - E-learning services.
            80490000 - Operation of an educational centre.
            80500000 - Training services.
            80520000 - Training facilities.


      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: The DVSA is appointing a supplier for : Region C: East Midlands, East of England and London Lot No:3. The current Theory Test contract covering this area expires on the 3rd September 2021 with the replacement TCN Service coming into effect from 4th September 2021 as part of the Future Theory Test Service (FTTS). The contract is for an implementation period followed by 5 years and renewal options of up to 24 months. The total estimated value of the contract for Lot 3 is £67,500,000 (this value is calculated based on the forecast upper volume limits and assumes the maximum term). Please note that in the event of cross contract step-in rights being exercised by DVSA (i.e. a contractor for another TCN region taking on all or part of this contract) the value of the services (or part thereof) of the contract awarded for this Lot subject to such cross contract step-in, will be deemed to have transferred over to the contract with the contractor for the other TCN region that steps in.

      II.2.5) Award criteria:
      Quality criterion - Name: As detailed in the procurement documents / Weighting: 65
                  
      Cost criterion - Name: As detailed in the procurement documents / Weighting: 35
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Contract Extension - The initial contract is for an implementation period followed by 5 years and renewal options of up to 24 months

      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: Competitive Dialogue


   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 213-523071
      
   

   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: K280020852A    
   Lot Number: 1    
   Title: Region A: Scotland, Northern Ireland, North West, North East, Yorkshire and Humberside

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Reed in Partnership Ltd, 00851645
             31 Amelia Street, London, SE17 3PY, 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: 73,600,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          The software for the booking and scheduling system for the Test Centre Network          

Award Of Contract (No.2)

   Contract No: K280020852B    
   Lot Number: 2    
   Title: Region B: Wales, West Midlands, South West, South East

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Pearson Professional Assessments Limited, 04904325
             80 Strand, London, WC2R 0RL,, 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: 90,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          The design, development and technology support of the scheduling interface and other integration requirements          

Award Of Contract (No.3)

   Contract No: K280020852C    
   Lot Number: 3    
   Title: Region C: East Midlands, East of England and London

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/12/2020

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Reed in Partnership Ltd, 00851645
             31 Amelia Street, London, SE17 3PY, 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: 67,500,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          The software for the booking and scheduling system for the Test Centre Network          
Section VI: Complementary information

   VI.3) Additional information: The selection of contractors was based solely on the criteria set out in the procurement documents.
To view this notice, please click here:
https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=559281778

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of Justice of England and Wales
          Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures: Review procedures are set out in the Public Contracts Regulations 2015 (as amended) and are time limited and any such proceedings must be brought before the High Court of England and Wales.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 20/01/2021




View any Notice Addenda

View Award Notice