loading
  • GB-NG1 6LP Nottingham
  • 15.05.2017
  • Ausschreibung
  • (ID 2-263244)

Market Surveillance — Data Analysis & Report Writing Service


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 15.05.2017, 11:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung allgemeine Beratungsleistungen / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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
    Adresse des Bauherren UK-NG1 6LP Nottingham
    TED Dokumenten-Nr. 154389-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Nottingham: Technical testing, analysis and consultancy services

      2017/S 080-154389

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Driver & Vehicle Standards Agency
      The Axis Building, 112 Upper Parliament Street
      Nottingham
      NG1 6LP
      United Kingdom
      Contact person: Mrs Jenny Newton
      Telephone: +44 1159366858
      E-mail: MjE4XmBdUWNgU1tTXGIcUGBPXFFWLlJkYU8cVV1kHGNZ
      NUTS code: UK

      Internet address(es):

      Main address: www.gov.uk/dvsa

      I.2)Joint procurement
      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-Nottingham:-Technical-testing%2C-analysis-and-consultancy-services./28YD8PHS8P
      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:

       

      United Kingdom.

       

      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
      Notice number in the OJ S: 2016/S 220-400968
      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:

       

      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-Nottingham:-Technical-testing%2C-analysis-and-consultancy-services./28YD8PHS8P

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/28YD8PHS8P

      GO Reference: GO-2017421-PRO-10051779.

       

      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
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 25.04.2017
Zuletzt aktualisiert 25.04.2017
Wettbewerbs-ID 2-263244 Status Kostenpflichtig
Seitenaufrufe 37