← Back to opportunities

Driver and Vehicle Agency - Supply, Delivery, Installation, Calibration, Commissioning and Maintenance of a Vehicle Test Solution

The Driver and Vehicle Agency

Buyer Contact Info

Buyer Name: The Driver and Vehicle Agency

Buyer Address: Hydebank House, 4a Hospital Road, Belfast, UKN0E, BT8 8JL, United Kingdom

Contact Email: justice.cpd@finance-ni.gov.uk

Buyer Name: Construction and Procurement Delivery – Supplies and Services Division

Buyer Address: Clare House, 303 Airport Road West, Belfast, UKN06, BT3 9ED, United Kingdom

Status
active
Procedure
selective
Value
40000000.0 GBP
Gross: 48000000.0 GBP
Published
30 Apr 2025, 18:58
Deadline
30 Jun 2025, 14:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Department for Infrastructure, through its Executive Agency The Driver and Vehicle Agency wish to establish a Contract to appoint a Contractor to supply, deliver, install, commission, calibrate and maintain a total of 79 new vehicle testing lanes of equipment, the associated fully integrated test lane (ITL) software, all associated IT hardware and licences (from here on in referred to as ‘Vehicle Test Solution’) to service its network of 16 Test Centres. The contract’s key focus will be to provide DVA with a complete vehicle test solution that will meet DVA’s demands, on an all-inclusive supply, install and maintenance basis. The Contractor must also complete all necessary enabling works required to facilitate the installation and operation of the Vehicle Test Solution. These works may include, but are not limited to, structural, civil, mechanical, electrical and digital enabling works which must be completed in line with current UK building legislation, regulations, codes and standards.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/018216-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: The Services as detailed in the Contract and delivered by the Contractor may be subject to additional potential services and changes during the Contract Period in order to address and remain consistent with the wider operating environment including legislative changes impacting the vehicle testing regulations or market conditions, future changes to the Client’s policy and Operational Requirements, and its corresponding requirements of the Contract. The changes that this Section is concerned with may involve: i. changes to the volume of equipment/Services required from the Contractor (‘Volume-Based Equipment/Services’); ii. changes which result in new Services or amendments to Services being required during the Contract Period, which cannot be foreseen at the time of this procurement ('Optional Services'). The Client may increase or decrease the volume of the equipment/services during the Contract Period in line with changes in the Specification. This may be due to, for example, changes in the Client’s policy or policies, future changes in relation to development of the Test Centre Network, changes to the vehicle testing conditions or changes to the level of demand for vehicle testing. The changes may include, but are not limited to: • amending the number of lanes to be delivered under this Contract which may increase depending on future decisions and approvals for the Network; • allowing for the roll out of equipment (if required) as part of a refresh programme in line with any recommendations within future conditioning reports; • permitting the purchase of equipment or associated items which are used in conjunction with the vehicle testing equipment that have sustained damage outside of normal wear and tear and therefore not covered in the all-inclusive maintenance. Further detail is provided within section 12 of the Schedule 1 Specification document.

Lot 1 Value: GBP 40,000,000.00

Lot 1 Value (Gross): GBP 48,000,000.00

Lot 1 Contract Start: 2025-10-20T00:00:00+01:00

Lot 1 Contract End: 2035-10-19T23:59:59+01:00

Lot 1 Award Criterion (quality): AC1 - Proposed Integrated test lane software (1)

Lot 1 Award Criterion (quality): AC2 - Proposed Maintenance solution (Phase 4) (2)

Lot 1 Award Criterion (quality): AC7 - Social Value - Delivering Zero Carbon (3)

Lot 1 Award Criterion (cost): AC9 - Total Contract Cost (4)

Lot 1 Award Criterion (quality): AC3 - Outline Implementation Plan for Phase 1 (5)

Lot 1 Award Criterion (quality): AC4 - Outline Implementation Plan for Phase 2 (6)

Lot 1 Award Criterion (quality): AC5 - Outline Implementation Plan for Phase 3 (7)

Lot 1 Award Criterion (quality): AC6 - Proposed IT Infrastructure (8)

Lot 1 Award Criterion (quality): AC8 - Contract Management and Contingency Arrangements (9)

Lot 1 Award Criterion (quality): SoC1 - Legislation and Testing Standards (10)

Lot 1 Award Criterion (quality): SoC2 - Light Lane Equipment (11)

Lot 1 Award Criterion (quality): SoC3 - Heavy Lane Equipment (12)

Lot 1 Award Criterion (quality): SoC4 - Vehicle Lift (13)

Lot 1 Award Criterion (quality): SoC5 - Additional Equipment (14)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PMCJ-4951-QRDD",
    "name": "The Driver and Vehicle Agency"
  },
  "date": "2025-04-30T19:58:10+01:00",
  "id": "018216-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-050ad7",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Belfast",
        "postalCode": "BT8 8JL",
        "region": "UKN0E",
        "streetAddress": " Hydebank House, 4a Hospital Road"
      },
      "contactPoint": {
        "email": "justice.cpd@finance-ni.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          },
          {
            "description": "Northern Irish devolved regulations apply",
            "id": "GB-NIR",
            "scheme": "UK_CA_DEVOLVED_REGULATIONS"
          }
        ]
      },
      "id": "GB-PPON-PMCJ-4951-QRDD",
      "identifier": {
        "id": "PMCJ-4951-QRDD",
        "scheme": "GB-PPON"
      },
      "name": "The Driver and Vehicle Agency",
      "roles": [
        "buyer"
      ]
    },
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Belfast",
        "postalCode": "BT3 9ED",
        "region": "UKN06",
        "streetAddress": "Clare House, 303 Airport Road West"
      },
      "contactPoint": {
        "email": "justice.cpd@finance-ni.gov.uk"
      },
      "id": "GB-PPON-PVWG-8426-YWXV",
      "identifier": {
        "id": "PVWG-8426-YWXV",
        "scheme": "GB-PPON"
      },
      "name": "Construction and Procurement Delivery \u2013 Supplies and Services Division",
      "roleDetails": "Construction and Procurement Delivery \u2013 Supplies and Services Division, is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland",
      "roles": [
        "procuringEntity",
        "processContactPoint"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-10-10T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice\nFor ANI clients insert: For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice\n[DN: Additional draft wording for consideration]\nContract Value \nThe estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods. This figure does not however take into account the application of indexation or increases to charges due to the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority. "
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Department for Infrastructure, through its Executive Agency The Driver and Vehicle Agency wish to establish a Contract to appoint a Contractor to supply, deliver, install, commission, calibrate and maintain a total of 79 new vehicle testing lanes of equipment, the associated fully integrated test lane (ITL) software, all associated IT hardware and licences (from here on in referred to as \u2018Vehicle Test Solution\u2019) to service its network of 16 Test Centres. The contract\u2019s key focus will be to provide DVA with a complete vehicle test solution that will meet DVA\u2019s demands, on an all-inclusive supply, install and maintenance basis. The Contractor must also complete all necessary enabling works required to facilitate the installation and operation of the Vehicle Test Solution. These works may include, but are not limited to, structural, civil, mechanical, electrical and digital enabling works which must be completed in line with current UK building legislation, regulations, codes and standards. ",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-04-30T19:58:10+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "018216-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/018216-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-06-20T17:00:00+01:00"
    },
    "id": "ID 5888575",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Electrical machinery, apparatus, equipment and consumables; lighting",
            "id": "31000000",
            "scheme": "CPV"
          },
          {
            "description": "Repair, maintenance and associated services of vehicles and related equipment",
            "id": "50100000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKN"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "As per Tender documentation.  ",
              "name": "AC1 - Proposed Integrated test lane software ",
              "numbers": [
                {
                  "number": 1,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "AC2 - Proposed Maintenance solution (Phase 4)",
              "numbers": [
                {
                  "number": 2,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "AC7 - Social Value - Delivering Zero Carbon",
              "numbers": [
                {
                  "number": 3,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "AC9 - Total Contract Cost",
              "numbers": [
                {
                  "number": 4,
                  "weight": "order"
                }
              ],
              "type": "cost"
            },
            {
              "description": "as per tender documentation",
              "name": "AC3 - Outline Implementation Plan for Phase 1",
              "numbers": [
                {
                  "number": 5,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "AC4 - Outline Implementation Plan for Phase 2",
              "numbers": [
                {
                  "number": 6,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "AC5 - Outline Implementation Plan for Phase 3",
              "numbers": [
                {
                  "number": 7,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "AC6 - Proposed IT Infrastructure",
              "numbers": [
                {
                  "number": 8,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "AC8 - Contract Management and Contingency Arrangements",
              "numbers": [
                {
                  "number": 9,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "SoC1 - Legislation and Testing Standards",
              "numbers": [
                {
                  "number": 10,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "SoC2 - Light Lane Equipment",
              "numbers": [
                {
                  "number": 11,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "SoC3 - Heavy Lane Equipment",
              "numbers": [
                {
                  "number": 12,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "SoC4 - Vehicle Lift",
              "numbers": [
                {
                  "number": 13,
                  "weight": "order"
                }
              ],
              "type": "quality"
            },
            {
              "description": "as per tender documentation",
              "name": "SoC5 - Additional Equipment",
              "numbers": [
                {
                  "number": 14,
                  "weight": "order"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2035-10-19T23:59:59+01:00",
          "maxExtentDate": "2039-10-19T23:59:59+01:00",
          "startDate": "2025-10-20T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "The Services as detailed in the Contract and delivered by the Contractor may be subject to additional potential services and changes during the Contract Period in order to address and remain consistent with the wider operating environment including legislative changes impacting the vehicle testing regulations or market conditions, future changes to the Client\u2019s policy and Operational Requirements, and its corresponding requirements of the Contract.\nThe changes that this Section is concerned with may involve:\ni.\tchanges to the volume of equipment/Services required from the Contractor (\u2018Volume-Based Equipment/Services\u2019);\nii.\tchanges which result in new Services or amendments to Services being required during the Contract Period, which cannot be foreseen at the time of this procurement (\u0027Optional Services\u0027).\nThe Client may increase or decrease the volume of the equipment/services during the Contract Period in line with changes in the Specification. This may be due to, for example, changes in the Client\u2019s policy or policies, future changes in relation to development of the Test Centre Network, changes to the vehicle testing conditions or changes to the level of demand for vehicle testing. The changes may include, but are not limited to:\n\u2022\tamending the number of lanes to be delivered under this Contract which may increase depending on future decisions and approvals for the Network; \n\u2022\tallowing for the roll out of equipment (if required) as part of a refresh programme in line with any recommendations within future conditioning reports; \n\u2022\tpermitting the purchase of equipment or associated items which are used in conjunction with the vehicle testing equipment that have sustained damage outside of normal wear and tear and therefore not covered in the all-inclusive maintenance.\nFurther detail is provided within section 12 of the Schedule 1 Specification document."
        },
        "renewal": {
          "description": "the contract will have the option to extend for 4 further periods of 12 months each"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "As per Tender documentation",
              "type": "economic"
            },
            {
              "description": "As per Tender documentation.  ",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 40000000.0,
          "amountGross": 48000000.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "procedure": {
      "features": "1. Publish Notice and procurement documentation\n2. Facilitate Tenderer Site Visit if required\n3. Submission of Initial Tenders including Conditions of Participation (COP) submission \n4. Consideration of Excluded / Excludable Tenderer Status/ Debarment Status *\n5. Assess and disregard any non-compliant tenders (with the\noption to award prior to dialogue)\n6. Dialogue Sessions (if required)\n7. Submission of final tenders (if required)\n8. Assess final tenders and identification of preferred Tenderer (if required)\n9. Product Verification with highest scoring Tenderer\n10. Issue contract award notice and standstill letters then award Contract.\nTenderers must note that the Client reserves the right and the option to award this contract to a Tenderer based on the assessment of the initial tender submission without undertaking any dialogue session or final tender submission which may have been intended to be part of the process. If the Client avails of the option to proceed to award after the assessment of the initial tender assessment then it shall move directly to the Product Verification stage with the Highest scoring tenderer."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e.  that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded:\n1. Tenderers are advised that enabling works will be undertaken following the award of contract in accordance with the Specification of Requirements. While such works will be carried out in compliance with all relevant statutory and contractual obligations, The DVA recognises the potential for unforeseen physical conditions or latent site risks to arise as a result of, or in connection with, those works (\u201cKnown Unknowns\u201d).\nAND\n2.Has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023. \nExclusions\nIf at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become \u2018excluded\u2019 or \u2018excludable\u2019 as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded. \nInsert appropriate reservations of rights and disclaimers of liability here consider - e.g.\nThe Contracting Authority expressly reserves the rights:\n(I).\tnot to award any contract as a result of the procurement process commenced by publication of this notice;\n(II).\tto make whatever changes it may see fit to the content and structure of the tendering Competition;\n(III).\tto award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and\n(IV).\tto award contract(s) in stages.\nand in no circumstances will the Authority be liable for any costs incurred by candidates.",
    "status": "active",
    "submissionMethodDetails": "Tenders must be submitted electronically via the  relevant Call for Tender (CfT) opportunity  on eTendersNI, website details immediately below.\nPaper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer.\nThe tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-06-30T15:00:00+01:00"
    },
    "title": "Driver and Vehicle Agency - Supply, Delivery, Installation, Calibration, Commissioning and Maintenance of a Vehicle Test Solution ",
    "value": {
      "amount": 40000000.0,
      "amountGross": 48000000.0,
      "currency": "GBP"
    }
  }
}