DVLA: Provision of Vehicle Enforcement Services

  DVLA is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Vehicle Enforcement Services
Notice type: Contract Notice
Authority: DVLA
Nature of contract: Services
Procedure: Open
Short Description: Provision of Vehicle Enforcement Services, vehicle towing-away services, other services, auction services, miscellaneous services, demolition services in the United Kingdom on behalf of the Driver and Vehicle Licensing Agency (DVLA).
Published: 17/01/2018 16:23
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-Swansea: Parking enforcement services.
Section I: Contracting Authority
      I.1) Name and addresses
             Driver & Vehicle Licensing Agency
             Long View Road, Morriston, Swansea, SA6 7JL, United Kingdom
             Tel. +44 1792782459, Email: enforcementprocurement@dvla.gsi.gov.uk
             Contact: Frances Davies
             Main Address: www.gov.uk/dvla
             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: https://dft.delta-esourcing.com/respond/3N9S3RQMBC
      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
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Provision of Vehicle Enforcement Services       
      Reference Number: PS/17/142
      II.1.2) Main CPV Code:
      98351110 - Parking enforcement services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Provision of Vehicle Enforcement Services, vehicle towing-away services, other services, auction services, miscellaneous services, demolition services in the United Kingdom on behalf of the Driver and Vehicle Licensing Agency (DVLA).       
      II.1.5) Estimated total value:
      Value excluding VAT: 215,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      50118110 - Vehicle towing-away services.
      50190000 - Demolition services of vehicles.
      98390000 - Other services.
      79342400 - Auction services.
      98300000 - Miscellaneous services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: DVLA, through the Vehicle Enforcement Services contract, will provide enforcement action against non-compliant vehicles throughout the UK. DVLA invites tenders from interested providers of the above services for the provision of national Vehicle Excise Duty (VED) Evasion enforcement coverage. DVLA may, during the contract term, require the contract to be utilised for the provision of services for enforcement of non-compliance with legislation other than VED enforcement. The successful bidder will be responsible for ensuring sufficient operational capability:
— To identify, issue enforcement notifications, immobilise, store and dispose of vehicles, and
— for the provision of the associated management and service responsibilities.

The contract is likely to extend to, but not be limited to, the following:
— use of appropriate technology to locate non-compliant vehicles,
— issue notifications, clamp or remove vehicles where appropriate,
— secure storage of impounded vehicles at locations across the UK,
— release of impounded vehicles following acceptance of payment and evidence of compliance,
— disposal of unclaimed vehicles where appropriate,
— operational management of vehicle enforcement notification issuing, immobilisation, removal, storage and disposal,
— provision of sufficient and scalable storage for impounded vehicles,
— provision of comprehensive ICT systems in support of the contract, to include timely and accurate Management Information, with full support and maintenance,
— setting, monitoring and maintaining high quality standards in respect of services,
— managing payment, fees and appropriate charges for the general public,
— customer services and complaints,
— liaison with DVLA, police and local authorities.
The contractor will be responsible for providing these and other related services, through the provision and deployment of appropriate equipment, resources and technology. This is a national (UK) contract and this would need to be reflected in the coverage provided by the contractor.
      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: 215,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      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:       No             
      Description of options: Not provided
      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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      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       
      Please refer to detail in the uploaded ITT 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 - NO    
         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: 2017/S 149 - 308549       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 23/02/2018 Time: 10:00
            
      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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 23/02/2018
         Time: 10:00
         Place:
         DVLA Swansea
      

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 Yes       
   Electronic payment will be used Yes       
   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-Swansea:-Parking-enforcement-services./3N9S3RQMBC

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3N9S3RQMBC
   VI.4) Procedures for review
   VI.4.1) Review body:
             Driver and Vehicle Licensing Agency
       Longview Road, Swansea, SA6 7JL, United Kingdom
       Tel. +44 1792782459
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 17/01/2018

Annex A


View any Notice Addenda

View Award Notice