DVLA is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Laboratory Services. |
Notice type: | Contract Notice |
Authority: | DVLA |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The DVLA is seeking to award a contract for the following services to one prime contractor: - Accurate and confidential urine screen and confirmation services for drugs of abuse and; - Carbohydrate deficient transferrin (CDT) blood sample screening and confirmation services The test results of these services will aide DVLA's Drivers Medical department when making driving license decisions. Suppliers may consider consortiums and or sub-contracting with Small and Medium Enterprises (SME) to ensure delivery. DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement. |
Published: | 11/09/2019 15:12 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
DVLA
Commercial Directorate, C1, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792788438, Email: CDMS@dvla.gov.uk
Contact: Stephanie Leddy
Main Address: www.gov.uk
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Swansea:-Pathology-services./6Z379C2826
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
Other type:: Central Government
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Laboratory Services.
Reference Number: PS/18/200
II.1.2) Main CPV Code:
85111800 - Pathology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The DVLA is seeking to award a contract for the following services to one prime contractor:
- Accurate and confidential urine screen and confirmation services for drugs of abuse and;
- Carbohydrate deficient transferrin (CDT) blood sample screening and confirmation services
The test results of these services will aide DVLA's Drivers Medical department when making driving license decisions.
Suppliers may consider consortiums and or sub-contracting with Small and Medium Enterprises (SME) to ensure delivery.
DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement.
II.1.5) Estimated total value:
Value excluding VAT: 5,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
85111800 - Pathology services.
85111810 - Blood analysis services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: As in Section II.1.4
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
II.2.6) Estimated value:
Value excluding VAT: 5,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: The contract will be award for a period of three (3) years. There is provision in the contract to extend by a further two (2) years, to be determined on a 12 monthly basis.
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: The estimated value of £5,200,000 is inclusive of the extension options
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
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
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
Not Provided
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2018/S 216 - 493979
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/10/2019 Time: 12:00
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: 11/10/2019
Time: 14:00
Place:
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.Following a successful supplier day in January 2019 a strategic decision was made by DVLA to award a contract for the services to one prime contractor.
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:-Pathology-services./6Z379C2826
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6Z379C2826
VI.4) Procedures for review
VI.4.1) Review body:
DfT
Longview Road,, Morriston,, Swansea,, SA6 7JL, United Kingdom
Tel. +44 1792788438
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: 11/09/2019
Annex A
View any Notice Addenda
UK-Swansea: Laboratory services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
DVLA
Commercial Directorate, C1, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792788438, Email: CDMS@dvla.gov.uk
Contact: Stephanie Leddy
Main Address: www.gov.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Provision of Laboratory Services. Reference number: PS/18/200
II.1.2) Main CPV code:
71900000 - Laboratory services.
RA06-4 - In pathology
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The DVLA is seeking to award a contract for the following services to one prime contractor:
- Accurate and confidential urine screen and confirmation services for drugs of abuse and;
- Carbohydrate deficient transferrin (CDT) blood sample screening and confirmation services
The test results of these services will aide DVLA's Drivers Medical department when making driving license decisions.
Suppliers may consider consortiums and or sub-contracting with Small and Medium Enterprises (SME) to ensure delivery.
DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 23/09/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 232472
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 11/09/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.2)
Lot No: Not provided
Place of text to be modified: II.1.2)
Instead of:
85111800 - Pathology services.
Read:
71900000 - Laboratory services.
RA06-4 - In pathology
VII.2) Other 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.Following a successful supplier day in January 2019 a strategic decision was made by DVLA to award a contract for the services to one prime contractor.
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:-Laboratory-services./6Z379C2826
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6Z379C2826
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
DVLA
Commercial Directorate, C1, Longview Road, Morriston, Swansea, SA6 7JL, United Kingdom
Tel. +44 1792788438, Email: CDMS@dvla.gov.uk
Contact: Stephanie Leddy
Main Address: www.gov.uk
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: Yes
I.4)Type of the contracting authority:
Other type:: Central Government
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of Laboratory Services
Reference number: PS/18/200
II.1.2) Main CPV code:
85111800 - Pathology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The DVLA is seeking to award a contract for the following services to one prime contractor:
- Accurate and confidential urine screen and confirmation services for drugs of abuse and;
- Carbohydrate deficient transferrin (CDT) blood sample screening and confirmation services
The test results of these services will aide DVLA's Drivers Medical department when making driving license decisions.
Suppliers may consider consortiums and or sub-contracting with Small and Medium Enterprises (SME) to ensure delivery.
DVLA encourages open, fair and transparent procurement and omission from any part of the Department's market engagement exercise shall not be taken into account in any subsequent procurement.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,224,827
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
85111800 - Pathology services.
85111810 - Blood analysis 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: As in Section II.1.4
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 65
Cost criterion - Name: Price / Weighting: 35
II.2.11) Information about options
Options: 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
II.2.14) Additional information: The estimated value of £5,200,000 is inclusive of the extension options
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2018/S 216-493979
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: PS/18/200
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: 04/03/2020
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1 (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: 0
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
SYNLAB Laboratory Services Ltd, 03216065
Unit A1 Gavenny Court, Brecon Road, Abergavenny, NP7 7RX, United Kingdom
NUTS Code: UKL18
The contractor is an SME: Yes
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: 1,224,827
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.Following a successful supplier day in January 2019 a strategic decision was made by DVLA to award a contract for the services to one prime contractor.
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://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=478796526
VI.4) Procedures for review
VI.4.1) Review body
DfT
Longview Road,, Morriston,, Swansea,, SA6 7JL, United Kingdom
Tel. +44 1792788438
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
Not Provided
VI.5) Date of dispatch of this notice: 05/03/2020