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 |
View Full Notice
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