DVLA: Provision of Support and Maintenance Mailing Machines and Ancillary Equipment

  DVLA is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Provision of Support and Maintenance Mailing Machines and Ancillary Equipment
Notice type: Contract Notice
Authority: DVLA
Nature of contract: Services
Procedure: Open
Short Description: This oultines the requirements for the support and maintenance of the Agency's strategically preferred mailing platform by a single supplier. This document is aimed at potential suppliers for the support and maintenance of DVLA's mailing machinery and ancillary devices: Output Services Group (OSG) provides the Agency with its print & mail functionality. It is responsible for producing the Agency’s entire customer facing documentation and in 2016/17 despatched more than 93.5 million items of mail to its customers. The operation is based over two sites within five miles of each other. The department produces a number of high volume output on a variety of different stationery types, the main transactions are: V11 Tax reminder – 27.6m per year HRC Registration document – 17.5m per year Photo on licence (POL) 10.4m per year OSG has a mailing machine fleet of 12 systems for which it is seeking support and maintenance, 7 on the Ty-Felin Site and 5 on the Morriston Site.
Published: 23/01/2018 08:54
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: Mailing equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Driver & Vehicle Licensing Agency
             Long View Road, Morriston, Swansea, SA6 7JL, United Kingdom
             Tel. +44 1792782753, Email: kevin.waker@dvla.gsi.gov.uk
             Contact: Kevin Waker
             Main Address: www.dvla.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: http://www.delta-esourcing.com/tenders/UK-UK-Swansea:-Mailing-equipment./Z4S8D8Q2DN
      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 Support and Maintenance Mailing Machines and Ancillary Equipment       
      Reference Number: PS/17/231
      II.1.2) Main CPV Code:
      30133000 - Mailing equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This oultines the requirements for the support and maintenance of the Agency's strategically preferred mailing platform by a single supplier.

This document is aimed at potential suppliers for the support and maintenance of DVLA's mailing machinery and ancillary devices:

Output Services Group (OSG) provides the Agency with its print & mail functionality. It is responsible for producing the Agency’s entire customer facing documentation and in 2016/17 despatched more than 93.5 million items of mail to its customers. The operation is based over two sites within five miles of each other.

The department produces a number of high volume output on a variety of different stationery types, the main transactions are:

V11 Tax reminder – 27.6m per year
HRC Registration document – 17.5m per year
Photo on licence (POL) 10.4m per year

OSG has a mailing machine fleet of 12 systems for which it is seeking support and maintenance, 7 on the Ty-Felin Site and 5 on the Morriston Site.       
      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:
      Not Provided       
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This document defines the requirements for the support and maintenance of the Agency's strategically preferred mailing platform by a single supplier.

This document is aimed at potential suppliers for the support and maintenance of DVLA's mailing machinery and ancillary devices:

Output Services Group (OSG) provides the Agency with its print & mail functionality. It is responsible for producing the Agency’s entire customer facing documentation and in 2016/17 despatched more than 93.5 million items of mail to its customers. The operation is based over two sites within five miles of each other.

The department produces a number of high volume output on a variety of different stationery types, the main transactions are:

V11 Tax reminder – 27.6m per year
HRC Registration document – 17.5m per year
Photo on licence (POL) 10.4m per year

OSG has a mailing machine fleet of 12 systems for which it is seeking support and maintenance, 7 on the Ty-Felin Site and 5 on the Morriston Site. The 12 systems consist of 4 high-speed mailers, 4 mid-range mailers and 4 plastic card mailing systems.
The mailing machine fleet consists of the following equipment:-
Bowe Plastic Card Systems x 4 (2 on each Site)
Bowe Premium Systems x 4 (2 on each Site)
Bowe Marathon Systems x 4 (3 on the Ty-Felin Site, 1 on the Morriston Site)
Guillotine Merger x 2 (1 on the Ty-Felin Site, 1 on the Morriston Site)
Drop Stack Guillotine (On the Morriston Site)
MB Bäuerle Folder x 1 (On the Ty-Felin Site)
Standalone Jet Vision Web Based Application Systems x 3 (Jet Vision is a camera integrity unit used to verify matching documents when a manual intervention occurs on the plastic card system. 2 on Ty Felin and 1 on the Morriston site).

The software running the Machines is the Bowe One system with Bowe Interactive Control and Operating system (BICOS).
      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:       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          
      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: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 28/02/2018 Time: 14:00
            
      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): 2
      
      IV.2.7) Conditions for opening of tenders:
         Date: 01/03/2018
         Time: 09:00
         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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://dft.delta-esourcing.com/tenders/UK-UK-Swansea:-Mailing-equipment./Z4S8D8Q2DN

To respond to this opportunity, please click here:
https://dft.delta-esourcing.com/respond/Z4S8D8Q2DN
   VI.4) Procedures for review
   VI.4.1) Review body:
             DfT
       Longview Road, Swansea, SA6 7JL, United Kingdom
       Tel. +44 1792384648
   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: 23/01/2018

Annex A


View any Notice Addenda

View Award Notice

UK-Swansea: Mailing equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Driver & Vehicle Licensing Agency
       Long View Road, Morriston, Swansea, SA6 7JL, United Kingdom
       Tel. +44 1792782753, Email: kevin.waker@dvla.gsi.gov.uk
       Contact: Kevin Waker
       Main Address: www.dvla.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 Support and Maintenance Mailing Machines and Ancillary Equipment            
      Reference number: PS/17/231

      II.1.2) Main CPV code:
         30133000 - Mailing equipment.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This oultines the requirements for the support and maintenance of the Agency's strategically preferred mailing platform by a single supplier.

This document is aimed at potential suppliers for the support and maintenance of DVLA's mailing machinery and ancillary devices:

Output Services Group (OSG) provides the Agency with its print & mail functionality. It is responsible for producing the Agency’s entire customer facing documentation and in 2016/17 despatched more than 93.5 million items of mail to its customers. The operation is based over two sites within five miles of each other.

The department produces a number of high volume output on a variety of different stationery types, the main transactions are:

V11 Tax reminder – 27.6m per year
HRC Registration document – 17.5m per year
Photo on licence (POL) 10.4m per year

OSG has a mailing machine fleet of 12 systems for which it is seeking support and maintenance, 7 on the Ty-Felin Site and 5 on the Morriston Site.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,578,726.52
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      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: This document defines the requirements for the support and maintenance of the Agency's strategically preferred mailing platform by a single supplier.
This document is aimed at potential suppliers for the support and maintenance of DVLA's mailing machinery and ancillary devices:
Output Services Group (OSG) provides the Agency with its print & mail functionality. It is responsible for producing the Agency’s entire customer facing documentation and in 2016/17 despatched more than 93.5 million items of mail to its customers. The operation is based over two sites within five miles of each other.
The department produces a number of high volume output on a variety of different stationery types, the main transactions are:
OSG has a mailing machine fleet of 12 systems for which it is seeking support and maintenance, 7 on the Ty-Felin Site and 5 on the Morriston Site. The 12 systems consist of 4 high-speed mailers, 4 mid-range mailers and 4 plastic card mailing systems.

      II.2.5) Award criteria:
      Quality criterion - Name: Resources and capabilities / Weighting: 15
      Quality criterion - Name: Technical solution and competence / Weighting: 20
      Quality criterion - Name: Suitability of proposed processes / Weighting: 15
      Quality criterion - Name: Flexibility and change management / Weighting: 10
                  
      Price - Weighting: 40
            

      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: 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
       Notice number in the OJEU: 2018/S 17-34873
      
   

   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/17/231    
   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: 27/03/2018

      V.2.2) Information about tenders
         Number of tenders received: 1
         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: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Bowe Systec Limited
             Unit 7, Kings Grove Industrial Estate, Kings Grove, Maidenhead, SL6 4DP, United Kingdom
             Tel. +44 1628581270, Fax. +44 1628581290, Email: info@bowe-systec.co.uk
             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: 3,000,000          
         Total value of the contract/lot: 1,578,726.52
         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://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=312089628

   VI.4) Procedures for review

      VI.4.1) Review body
          DfT
          Longview Road, Swansea, SA6 7JL, United Kingdom
          Tel. +44 1792384648

      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: 10/04/2018