DVLA: Provision of Vehicle Inspections for DVLA

  DVLA has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Vehicle Inspections for DVLA
Notice type: Contract Notice
Authority: DVLA
Nature of contract: Services
Procedure: Open
Short Description: The Secretary of State for Transport acting through the Driver and Vehicle Licensing Authority (“DVLA” or the “Contracting Authority”) is seeking to award a Contract for the delivery of Vehicle Inspection Services on a national basis to a suitably competent Contractor . In June 2012 a public consultation into the transformation of the Contracting Authority's services concluded that the closing of the Great Britain (GB) local office network by December 2013 was a key driver in the Contracting Authority delivering its efficiency saving targets in line with broader government spending. Since this time the Contracting Authority has actively been transferring work that is currently undertaken within its network of 39 offices to Swansea. While the majority of the work that was undertaken within the network can be completed at Swansea, vehicle inspections are not a service that can be centralised to a single location without having a significant detrimental effect on customer service. The Contracting Authority currently inspects vehicles for a number of reasons, including but not limited to: Vehicle registration number (VRM) transfer; First registration; Post registration discrepancies; Built up vehicles (including kits, rebuilt and radically altered vehicles); Imports; MOT mismatches; Changes to vehicle description e.g. body type changes; Two vehicles claiming the same VRM; and Two vehicles claiming the same chassis number. All of the above inspections are to satisfy the Contracting Authority's requirement that the vehicle being presented as part of an application is the vehicle relating to the application being made. In line with the Motoring Services Strategy and the wider Digital by Default Strategy set by the Cabinet Office, the Contracting Authority will be looking to re-engineer a number of its existing business processes to support the delivery and take up of online services. The re-engineering of business process will likely see alternative processes developed and implemented to reduce the burden on users when interacting with the Contracting Authority. However, these re- engineered processes will still ensure there is an underlying need for the Contracting Authority to inspect the vehicle to support an application. The Contracting Authority is therefore seeking to appoint a Contractor who can provide the Vehicle Inspection Services that is currently being delivered by the Vehicle and Operator Services Agency (VOSA). The Contractor shall provide resources to support volumes of approximately 3,500 – 5,000 examinations per annum. Please note that volumes are forecasts only and are not guaranteed. Although a range has been indicated volumes could be higher or lower than this.
Published: 22/01/2015 10:13

View Full Notice

UK-.Swansea: Technical automobile inspection services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Secretary of State for Transport (acting through the Driver and Vehicle Licensing Agency (DVLA)
      Commercial Services Group, C2 West, Longview Road, Morriston, .Swansea, SA6 7JL, United Kingdom
      Tel. +44 1792782321, Email: andrew.berry@dvla.gsi.gov.uk
      Attn: Andrew Berry

      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:
      Other: Central Government

   I.3) Main activity:
      General Public Services

   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: Provision of Vehicle Inspections for DVLA
      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:
      Technical automobile inspection services. Motor vehicles. Vehicle bodies. Technical inspection services. The Secretary of State for Transport acting through the Driver and Vehicle Licensing Authority (“DVLA” or the “Contracting Authority”) is seeking to award a Contract for the delivery of Vehicle Inspection Services on a national basis to a suitably competent Contractor . In June 2012 a public consultation into the transformation of the Contracting Authority's services concluded that the closing of the Great Britain (GB) local office network by December 2013 was a key driver in the Contracting Authority delivering its efficiency saving targets in line with broader government spending. Since this time the Contracting Authority has actively been transferring work that is currently undertaken within its network of 39 offices to Swansea. While the majority of the work that was undertaken within the network can be completed at Swansea, vehicle inspections are not a service that can be centralised to a single location without having a significant detrimental effect on customer service. The Contracting Authority currently inspects vehicles for a number of reasons, including but not limited to: Vehicle registration number (VRM) transfer; First registration; Post registration discrepancies; Built up vehicles (including kits, rebuilt and radically altered vehicles); Imports; MOT mismatches; Changes to vehicle description e.g. body type changes; Two vehicles claiming the same VRM; and Two vehicles claiming the same chassis number. All of the above inspections are to satisfy the Contracting Authority's requirement that the vehicle being presented as part of an application is the vehicle relating to the application being made. In line with the Motoring Services Strategy and the wider Digital by Default Strategy set by the Cabinet Office, the Contracting Authority will be looking to re-engineer a number of its existing business processes to support the delivery and take up of online services. The re-engineering of business process will likely see alternative processes developed and implemented to reduce the burden on users when interacting with the Contracting Authority. However, these re- engineered processes will still ensure there is an underlying need for the Contracting Authority to inspect the vehicle to support an application. The Contracting Authority is therefore seeking to appoint a Contractor who can provide the Vehicle Inspection Services that is currently being delivered by the Vehicle and Operator Services Agency (VOSA). The Contractor shall provide resources to support volumes of approximately 3,500 – 5,000 examinations per annum. Please note that volumes are forecasts only and are not guaranteed. Although a range has been indicated volumes could be higher or lower than this.
         
      II.1.6)Common Procurement Vocabulary:
         71631200 - Technical automobile inspection services.
         
         34100000 - Motor vehicles.
         
         34210000 - Vehicle bodies.
         
         71631000 - Technical inspection 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                  
         Estimated value excluding VAT:
         Range between: 800,000 and 1,350,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 24 (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:
      Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by the Agent if considered appropriate.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payment will be made in accordance with the terms of the contract, and in line with performance as detailed in the ITT documentation.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required but if a Contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Contract.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an Invitation to Tender (“ITT”).      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.      
      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: Contract No. PS/14/108      
      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: 09/03/2015
         Time: 10:00      
      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 Not Provided      
      IV.3.8)Conditions for opening tenders
         Persons authorised to be present at the opening of tenders: Yes
            DVLA procurement officials


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: Not Provided      
   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.To access the ITT documentation suppliers must read through this set of instructions and follow the process to respond to this opportunity.The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.Suppliers must log in, go to your Response Manager and add the following Access Code: X3G68FK3BJ. Please ensure you follow any instruction provided to you here.The deadline for submitting your response(s) is 10.00 hours by Monday 9 March 2015. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call +44 8452707050 or email helpdesk@delta-esourcing.com.The DVLA shall not be responsible for candidates, participants or tenderers costs in connection with this procurement procedure irrespective of the outcome of the competition, nor if the competition is cancelled or postponed.To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/7SV7T34A8VGO-201395-PRO-5093193 TKR-201395-PRO-5093192
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=123102368
GO-2015122-PRO-6309298 TKR-2015122-PRO-6309297
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      The High Court

      VI.4.2)Lodging of appeals: Appeals should be lodged in accordance with the Public Contracts Regulations 2006 (as amended)   
   
      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: 22/01/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-Swansea: Technical automobile inspection services.

Section I: Contracting Authority
   Title: UK-Swansea: Technical automobile inspection services.
   I.1)Name, Addresses and Contact Point(s):
      Secretary of State for Transport (acting through the Driver and Vehicle Licensing Agency (DVLA)
      Commercial Services Group, C2 West, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
      Tel. +44 1792782321, Email: andrew.berry@dvla.gsi.gov.uk
      Attn: Andrew Berry

   I.2)Type of the contracting authority:
      Other: Central Government

   I.3) Main activity:
      General Public Services

   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: Provision of Vehicle Inspections for DVLA      
      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):
         Technical automobile inspection services. Motor vehicles. Vehicle bodies. Technical inspection services. The Secretary of State for Transport acting through the Driver and Vehicle Licensing Authority (“DVLA” or the “Contracting Authority”) is seeking to award a Contract for the delivery of Vehicle Inspection Services on a national basis to a suitably competent Contractor . In June 2012 a public consultation into the transformation of the Contracting Authority's services concluded that the closing of the Great Britain (GB) local office network by December 2013 was a key driver in the Contracting Authority delivering its efficiency saving targets in line with broader government spending. Since this time the Contracting Authority has actively been transferring work that is currently undertaken within its network of 39 offices to Swansea. While the majority of the work that was undertaken within the network can be completed at Swansea, vehicle inspections are not a service that can be centralised to a single location without having a significant detrimental effect on customer service. The Contracting Authority currently inspects vehicles for a number of reasons, including but not limited to: Vehicle registration number (VRM) transfer; First registration; Post registration discrepancies; Built up vehicles (including kits, rebuilt and radically altered vehicles); Imports; MOT mismatches; Changes to vehicle description e.g. body type changes; Two vehicles claiming the same VRM; and Two vehicles claiming the same chassis number. All of the above inspections are to satisfy the Contracting Authority's requirement that the vehicle being presented as part of an application is the vehicle relating to the application being made. In line with the Motoring Services Strategy and the wider Digital by Default Strategy set by the Cabinet Office, the Contracting Authority will be looking to re-engineer a number of its existing business processes to support the delivery and take up of online services. The re-engineering of business process will likely see alternative processes developed and implemented to reduce the burden on users when interacting with the Contracting Authority. However, these re- engineered processes will still ensure there is an underlying need for the Contracting Authority to inspect the vehicle to support an application. The Contracting Authority is therefore seeking to appoint a Contractor who can provide the Vehicle Inspection Services that is currently being delivered by the Vehicle and Operator Services Agency (VOSA). The Contractor shall provide resources to support volumes of approximately 3,500 – 5,000 examinations per annum. Please note that volumes are forecasts only and are not guaranteed. Although a range has been indicated volumes could be higher or lower than this.
      II.1.5)Common procurement vocabulary:
         71631200 - Technical automobile inspection services.
         34100000 - Motor vehicles.
         34210000 - Vehicle bodies.
         71631000 - Technical inspection 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)
         Value: 595,000
         Currency: GBP
         Excluding VAT: Yes

      
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
         
         Quality - 60
         Financial - 40
         
      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: Contract No. PS/14/108         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2015/S 19 - 30965 of 28/01/2015
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: PS/14/108

      V.1)Date Of Contract Award: 14/04/2015      
      V.2) Information About Offers
         Number Of Offers Received: 5          
         Number Of Offers Received By Electronic Means: 5       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: SGS UK Ltd
         Postal address: Suite 8, Bank House
         Town: Sheernes
         Postal code: ME12 1TW
         Country: United Kingdom
         Email: andrew.sarssam@sgs.com
         Telephone: +44 7712785748
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 595,000
            Currency: GBP
         If annual or monthly value:
            Number of years: 2
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known


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).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=140991539
GO-2015428-PRO-6555918 TKR-2015428-PRO-6555917   
   VI.3.1)Body responsible for appeal procedures:
      The High Court
   VI.3.2)Lodging of appeals: Appeals should be lodged in accordance with the Public Contracts Regulations 2006 (as amended)    
   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: 28/04/2015