DVSA: Market Surveillance - Vehicle & Components Testing Service

  DVSA is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Market Surveillance - Vehicle & Components Testing Service
Notice type: Contract Notice
Authority: DVSA
Nature of contract: Services
Procedure: Open
Short Description: Services provided under this framework agreement are to include the laboratory, on road and rest track testing services. These services are likely to include, but not limited to providing testing services of any vehicle type and/or automotive components to assess and measure against the standards they were approved to. Vehicle or component preparation, laboratory requirements and test/assessment processes shall follow the requirements and direction provided by the relevant EU directives.
Published: 12/04/2017 15:04
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Nottingham: Technical testing, analysis and consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Driver and 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./38DPA7J2ME
      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 - Vehicle & Components Testing Service       
      Reference Number: 028/002/0301
      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: Services provided under this framework agreement are to include the laboratory, on road and rest track testing services. These services are likely to include, but not limited to providing testing services of any vehicle type and/or automotive components to assess and measure against the standards they were approved to. Vehicle or component preparation, laboratory requirements and test/assessment processes shall follow the requirements and direction provided by the relevant EU directives.       
      II.1.5) Estimated total value:
      Value excluding VAT: 3,000,000       
      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: Services provided under this framework agreement are to include the laboratory, on road and rest track testing services. These services are likely to include, but not limited to:

•Providing testing services of any vehicle type and/or automotive components to assess and measure against the standards they were approved to. Vehicle or component preparation, laboratory requirements and test/assessment processes shall follow the requirements and direction provided by the relevant EU directives. Services required will include:
oUsing regulatory procedures in laboratories equipped to conduct regulatory standard testing that would satisfy type approval standards. Witnessing of the testing may be undertaken by the Vehicle Certification Agency.
oUndertaking laboratory testing against other requirements than type approval standards for instance to assess a specific safety concern.
oCarrying out ‘on road’ testing using equipment enabled to provide real driving information.
oTesting under test track conditions
oProviding validated results
      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: 3,000,000       
      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: 09/05/2017 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: 09/05/2017
         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./38DPA7J2ME

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/38DPA7J2ME
   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: 12/04/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Technical testing, analysis and consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Driver and 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 - Vehicle & Components Testing Service            
      Reference number: 028/002/0301

      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: Services provided under this framework agreement are to include the laboratory, on road and rest track testing services. These services are likely to include, but not limited to providing testing services of any vehicle type and/or automotive components to assess and measure against the standards they were approved to. Vehicle or component preparation, laboratory requirements and test/assessment processes shall follow the requirements and direction provided by the relevant EU directives.

      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: Services provided under this framework agreement are to include the laboratory, on road and rest track testing services. These services are likely to include, but not limited to:

•Providing testing services of any vehicle type and/or automotive components to assess and measure against the standards they were approved to. Vehicle or component preparation, laboratory requirements and test/assessment processes shall follow the requirements and direction provided by the relevant EU directives.

      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    
   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: 5
         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)
             MILLBROOK Proving Ground Ltd.
             Station Lane, Millbrook, Bedford, MK45 2JQ, 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=276102232

   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