Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: transport
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Market Surveillance — Data Analysis & Report Writing Service.
Reference number: 028/002/0301-1
II.1.2)Main CPV code
71600000
II.1.3)Type of contract
Services
II.1.4)Short description:
DVSA is planning to undertake a programme of market surveillance testing to primarily check the emissions performances of vehicles, as well as other type-approval testing on a wide range of vehicles, and vehicle components.
The aims of the emissions investigation will be to check that in-service vehicles comply with the relevant emissions standards for their category and for evidence of cycle recognition devices. Attention will be paid to the range of pollutants and any disparities observed under the different test conditions.
DVSA is putting in place a testing services framework which is being tendered under the OJEU (Official Journal of the European Union) contract notice number 2017/S 075-145107.
DVSA is putting in place a separate framework arrangement to source future Data Analysis & Report Writing Services.
II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71600000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
From the laboratory results DVSA will require analysis for each vehicle of the emissions profile against the cold NEDC results, to check for the presence of possible cycle recognition strategies, other anomalous emissions characteristics and prohibited defeat devices. The emissions track results will be analysed in the same way to allow a comparison to the legislated emissions limits and, where appropriate, against the laboratory test results. The Real Driving Emissions (RDE) test results should be analysed to establish, where relevant, the conformity factors for NOx and particle number (PN) emissions as defined in RDE legislation as well as to highlight any anomalous emissions characteristics.
The results will be presented to allow an individual assessment of each vehicle against the laboratory limit to highlight any findings of concern. The format of the final report has not yet been confirmed but it is likely to include a similar presentation of results to that found in the report below. The underlying data will also be made available as in the ‘Euro 5 vehicle data’ and Euro 6 vehicle data' files.
https://www.gov.uk/government/publications/vehicle-emissions-testing-programme-conclusions
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: 1 000 000.00 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
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 2 12-month extension periods. Maximum Contract length 48 months.
II.2.12)Information about electronic catalogues
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
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:
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:
As per invitation to tender documentation.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 15/05/2017
Local time: 11:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 15/05/2017
Local time: 11:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
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
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:
21/04/2017