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
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