DVSA is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Market Surveillance - Data Analysis & Report Writing Service |
Notice type: | Contract Notice |
Authority: | DVSA |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | DVSA is planning to undertake a programme of market surveillance testing to primarily check the emissions performances of vehicles, as well as other type-approval testing on a wide range of vehicles, and vehicle components. The aims of the emissions investigation will be to check that in-service vehicles comply with the relevant emissions standards for their category and for evidence of cycle recognition devices. Attention will be paid to the range of pollutants and any disparities observed under the different test conditions. DVSA is putting in place a testing services framework which is being tendered under the OJEU (Official Journal of the European Union) contract notice number 2017/S 075-145107. DVSA is putting in place a separate framework arrangement to source future Data Analysis & Report Writing Services. |
Published: | 21/04/2017 13:45 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Driver & Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Tel. +44 1159366858, Email: procurement.branch@dvsa.gov.uk
Contact: Mrs Jenny Newton
Main Address: www.gov.uk/dvsa
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Technical-testing%2C-analysis-and-consultancy-services./28YD8PHS8P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Market Surveillance - Data Analysis & Report Writing Service
Reference Number: 028/002/0301-1
II.1.2) Main CPV Code:
71600000 - Technical testing, analysis and consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: DVSA is planning to undertake a programme of market surveillance testing to primarily check the emissions performances of vehicles, as well as other type-approval testing on a wide range of vehicles, and vehicle components.
The aims of the emissions investigation will be to check that in-service vehicles comply with the relevant emissions standards for their category and for evidence of cycle recognition devices. Attention will be paid to the range of pollutants and any disparities observed under the different test conditions.
DVSA is putting in place a testing services framework which is being tendered under the OJEU (Official Journal of the European Union) contract notice number 2017/S 075-145107.
DVSA is putting in place a separate framework arrangement to source future Data Analysis & Report Writing Services.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71600000 - Technical testing, analysis and consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: From the laboratory results DVSA will require analysis for each vehicle of the emissions profile against the cold NEDC results, to check for the presence of possible cycle recognition strategies, other anomalous emissions characteristics and prohibited defeat devices. The emissions track results will be analysed in the same way to allow a comparison to the legislated emissions limits and, where appropriate, against the laboratory test results. The Real Driving Emissions (RDE) test results should be analysed to establish, where relevant, the conformity factors for NOx and particle number (PN) emissions as defined in RDE legislation as well as to highlight any anomalous emissions characteristics.
The results will be presented to allow an individual assessment of each vehicle against the laboratory limit to highlight any findings of concern. The format of the final report has not yet been confirmed but it is likely to include a similar presentation of results to that found in the report below. The underlying data will also be made available as in the ‘Euro 5 vehicle data’ and Euro 6 vehicle data’ files.
https://www.gov.uk/government/publications/vehicle-emissions-testing-programme-conclusions
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Initial contract period of 24 months, with options of two 12-month extension periods.Maximum Contract length 48 months.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per invitation to tender documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As per invitation to tender documentation.
Minimum level(s) of standards possibly required (if applicable) :
As per invitation to tender documentation.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As per invitation to tender documentation.
Minimum level(s) of standards possibly required (if applicable) :
As per invitation to tender documentation.
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As per invitation to tender documentation.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 6
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: 2016/S 220 - 400968
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/05/2017 Time: 11:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 15/05/2017
Time: 11:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Technical-testing%2C-analysis-and-consultancy-services./28YD8PHS8P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/28YD8PHS8P
VI.4) Procedures for review
VI.4.1) Review body:
Driver & Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Driver & Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, 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 lodging of appeals may be obtained:
Driver & Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 21/04/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Driver & Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
Tel. +44 1159366858, Email: procurement.branch@dvsa.gov.uk
Contact: Mrs Jenny Newton
Main Address: www.gov.uk/dvsa
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:
Other activity: Transport
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Market Surveillance - Data Analysis & Report Writing Service
Reference number: 028/002/0301-1
II.1.2) Main CPV code:
71600000 - Technical testing, analysis and consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: DVSA is planning to undertake a programme of market surveillance testing to primarily check the emissions performances of vehicles, as well as other type-approval testing on a wide range of vehicles, and vehicle components.
The aims of the emissions investigation will be to check that in-service vehicles comply with the relevant emissions standards for their category and for evidence of cycle recognition devices. Attention will be paid to the range of pollutants and any disparities observed under the different test conditions.
DVSA is putting in place a testing services framework which is being tendered under the OJEU (Official Journal of the European Union) contract notice number 2017/S 075-145107.
DVSA is putting in place a separate framework arrangement to source future Data Analysis & Report Writing Services.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71600000 - Technical testing, analysis and consultancy services.
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: From the laboratory results DVSA will require analysis for each vehicle of the emissions profile against the cold NEDC results, to check for the presence of possible cycle recognition strategies, other anomalous emissions characteristics and prohibited defeat devices. The emissions track results will be analysed in the same way to allow a comparison to the legislated emissions limits and, where appropriate, against the laboratory test results. The Real Driving Emissions (RDE) test results should be analysed to establish, where relevant, the conformity factors for NOx and particle number (PN) emissions as defined in RDE legislation as well as to highlight any anomalous emissions characteristics.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:Initial contract period of 24 months, with options of two 12-month extension periods.Maximum Contract length 48 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: Open
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
Not Provided
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: 028/002/0301-1
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: 27/06/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: Not Provided
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: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
HORIBA MIra Ltd
Watling Street, Nuneaton, CV10 0TU, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
MAHLE Powertrain Ltd
Costin House, St James Mill Road, Northampton, NN5 5TZ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
TRL Limited
Crowthorne House, Nine Mile Ride, Wokingham, RG40 3GP, 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: 3,000,000
Total value of the contract/lot: 3,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=276114807
VI.4) Procedures for review
VI.4.1) Review body
Driver & Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
VI.4.2) Body responsible for mediation procedures
Driver & Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, 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
Driver & Vehicle Standards Agency
The Axis Building, 112 Upper Parliament Street, Nottingham, NG1 6LP, United Kingdom
VI.5) Date of dispatch of this notice: 29/08/2017