Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Future Theory Test Service (FTTS) Test Centre Network (TCN)

  • Cyhoeddwyd gyntaf: 05 Tachwedd 2019
  • Wedi'i addasu ddiwethaf: 05 Tachwedd 2019

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
The Secretary of State for Transport
ID Awudurdod:
AA77946
Dyddiad cyhoeddi:
05 Tachwedd 2019
Dyddiad Cau:
10 Rhagfyr 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The theory test is the largest computer-based test in the world. In 2018/2019 over 2,4 m Theory Tests were booked and c.2,2 m theory tests were delivered across Great Britain and Northern Ireland. The future theory test service is one of the key ways that DVSA, alongside the Driver and Vehicle Agency Northern Ireland (DVA NI), will continue to deliver its road safety strategy and improve road safety outcomes across Great Britain and Northern Ireland.

The current theory test contract expires on the 3.9.2021 with a replacement TCN service required from 4.9.2021 as part of the Future Theory Test Service (FTTS).

One of the key capabilities required to deliver the future service is the test centre network service to which this OJEU notice relates. The test centre network service enables the front-end test delivery Service for all theory test candidates across all theory test types.

The contract is for an implementation period followed by 5 years and renewal options of up to 24 months.

The value range is 43 000 000 GBP to 71 300 000 GBP which is further explained in the procurement documents. These values are provided to give potential suppliers an indication of a contract value only.

Potential suppliers should note that DVSA has also released an OJEU Notice to procure a Test Engine and Test Content Management (TETCM) system, which is a separate but related capability for FTTS. DVSA consider that if a potential supplier intends to bid for both the TETCM procurement and this procurement that it has a potential conflict of interest given both procurements are running at the same time and the solution of the TETCM procurement is relevant to the TCN procurement. Potential suppliers are therefore required to follow the conflict of interest procedures outlined in the procurement documents for both procurements.

In the event of step in rights being exercised the relevant value of the relevant services of the contract awarded for this lot will be deemed to have transferred over to the contract with the contractor that steps in.

Please refer to the procurement documents for a detailed description of the needs and requirements.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Secretary of State for Transport

The Axis Building, 3rd Floor, 112 Upper Parliament Street

Nottingham

NG1 6LP

UK

Person cyswllt: Sally Hopkin

Ffôn: +44 7467333533

E-bost: Sally.Hopkin@DVSA.GOV.UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency

Cyfeiriad proffil y prynwr: https://dft.delta-esourcing.com

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Driving-test-services./W5WK92526B


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://dft.delta-esourcing.com


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Future Theory Test Service (FTTS) Test Centre Network (TCN)

Cyfeirnod: K280020852

II.1.2) Prif god CPV

80411100

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Driver and Vehicle Standards Agency (DVSA), an executive agency of the Department for Transport, is acting in its capacity as procurement agent on behalf of the secretary of state for transport to appoint 3 suppliers for the provision of regional Test Centre Network (TCN) services across Great Britain and Northern Ireland as part of the Future Theory Test Service (FTTS). The contract is also for the benefit of the driver and vehicle agency (an executive agency of the Northern Ireland Department for Infrastructure) (‘DVA’) where indicated.

The TCN Service includes the provision of test centre estate, within which the theory test is taken; trained invigilators to administer test delivery and maintain the integrity of the test; and appropriate technology hardware through which to deliver the test. The TCN is packaged into 3 regional lots of broadly equivalent volumes based on government office region geographies.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Please refer to the procurement documents which sets out the contract award process and limits the number of lots which a bidder can win.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Region A: Scotland, Northern Ireland, North West, North East, Yorkshire and Humberside

II.2.2) Cod(au) CPV ychwanegol

80411100

70000000

70100000

72500000

72590000

72800000

72820000

75100000

79993000

79993100

80000000

80411000

80420000

80490000

80500000

80520000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM.

II.2.4) Disgrifiad o’r caffaeliad

The theory test is the largest computer-based test in the world. In 2018/2019 over 2,4 m Theory Tests were booked and c.2,2 m theory tests were delivered across Great Britain and Northern Ireland. The future theory test service is one of the key ways that DVSA, alongside the Driver and Vehicle Agency Northern Ireland (DVA NI), will continue to deliver its road safety strategy and improve road safety outcomes across Great Britain and Northern Ireland.

The current theory test contract expires on the 3.9.2021 with a replacement TCN service required from 4.9.2021 as part of the Future Theory Test Service (FTTS).

One of the key capabilities required to deliver the future service is the test centre network service to which this OJEU notice relates. The test centre network service enables the front-end test delivery Service for all theory test candidates across all theory test types.

The contract is for an implementation period followed by 5 years and renewal options of up to 24 months.

The value range is 43 000 000 GBP to 71 300 000 GBP which is further explained in the procurement documents. These values are provided to give potential suppliers an indication of a contract value only.

Potential suppliers should note that DVSA has also released an OJEU Notice to procure a Test Engine and Test Content Management (TETCM) system, which is a separate but related capability for FTTS. DVSA consider that if a potential supplier intends to bid for both the TETCM procurement and this procurement that it has a potential conflict of interest given both procurements are running at the same time and the solution of the TETCM procurement is relevant to the TCN procurement. Potential suppliers are therefore required to follow the conflict of interest procedures outlined in the procurement documents for both procurements.

In the event of step in rights being exercised the relevant value of the relevant services of the contract awarded for this lot will be deemed to have transferred over to the contract with the contractor that steps in.

Please refer to the procurement documents for a detailed description of the needs and requirements.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 93

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Nifer yr ymgeiswyr a ragwelir: 4

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Step in rights — the contract contains provisions for a supplier to be required to take over all or part of the services of another region or regions in certain circumstances on a temporary or permanent basis – further details are in the contract and wider procurement documents.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Region B: Wales, West Midlands, South West, South East

II.2.2) Cod(au) CPV ychwanegol

80411100

70000000

70100000

72500000

72590000

72800000

72820000

75100000

79993000

79993100

80000000

80411000

80420000

80490000

80500000

80520000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM.

II.2.4) Disgrifiad o’r caffaeliad

The theory test is the largest computer-based test in the world. In 2018/2019 over 2,4 m theory tests were booked and c.2 2 m theory tests were delivered across Great Britain and Northern Ireland. The future theory test service is one of the key ways that DVSA, alongside the driver and Vehicle Agency Northern Ireland (DVA NI), will continue to deliver its road safety strategy and improve road safety outcomes across Great Britain and Northern Ireland.

The current Theory Test contract expires on the 3.9.2021 with a replacement TCN Service required from 4.9.2021 as part of the Future Theory Test Service (FTTS).

One of the key capabilities required to deliver the future service is the test centre network service to which this OJEU Notice relates. The test centre network service enables the front-end test delivery Service for all theory test candidates across all theory test types.

The contract is for an implementation period followed by 5 years and renewal options of up to 24 months

The value range is 43 500 000 GBP to 72 200 000 GBP which is further explained in the procurement documents. These values are provided to give potential suppliers an indication of a contract value only.

Potential suppliers should note that DVSA has also released an OJEU notice to procure a Test Engine and Test Content Management system, which is a separate but related capability for FTTS. DVSA consider that if a potential supplier intends to bid for both the TETCM procurement and this procurement that it has a potential conflict of interest given both procurements are running at the same time and the solution of the TETCM procurement is relevant to the TCN procurement. Potential suppliers are therefore required to follow the conflict of interest procedures outlined in the procurement documents for both procurements.

In the event of step in rights being exercised the relevant value of the relevant services of the contract awarded for this lot will be deemed to have transferred over to the contract with the contractor that steps in.

Please refer to the procurement documents for a detailed description of the needs and requirements.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 93

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Nifer yr ymgeiswyr a ragwelir: 4

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Step in rights — the contract contains provisions for a supplier to be required to take over all or part of the services of another region or regions in certain circumstances on a temporary or permanent basis – further details are in the contract and wider procurement documents.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 3

II.2.1) Teitl

Region C: East Midlands, East of England and London

II.2.2) Cod(au) CPV ychwanegol

80411100

70000000

70100000

72500000

72590000

72800000

72820000

75100000

79993000

79993100

80000000

80411000

80420000

80490000

80500000

80520000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

UNITED KINGDOM.

II.2.4) Disgrifiad o’r caffaeliad

The theory test is the largest computer-based test in the world. In 2018/2019 over 2,4 m theory tests were booked and c.2.2 m theory tests were delivered across Great Britain and Northern Ireland. The future theory test service is one of the key ways that DVSA, alongside the Driver and Vehicle Agency Northern Ireland (DVA NI), will continue to deliver its road safety strategy and improve road safety outcomes across Great Britain and Northern Ireland.

The current theory test contract expires on the 3.9.2021 with a replacement TCN service required from 4.9.2021 as part of the Future Theory Test Service (FTTS).

One of the key capabilities required to deliver the future service is the test centre network service to which this OJEU Notice relates. The test centre network service enables the front-end test delivery service for all theory test candidates across all theory test types.

The contract is for an implementation period followed by 5 years and renewal options of up to 24 months.

The value range is 41 800 000 GBP to 69 300 000 GBP which is further explained in the procurement documents. These values are provided to give potential suppliers an indication of a contract value only.

Potential suppliers should note that DVSA has also released an OJEU Notice to procure a Test Engine and Test Content Management system, which is a separate but related capability for FTTS. DVSA consider that if a potential supplier intends to bid for both the TETCM procurement and this procurement that it has a potential conflict of interest given both procurements are running at the same time and the solution of the TETCM procurement is relevant to the TCN procurement. Potential suppliers are therefore required to follow the conflict of interest procedures outlined in the procurement documents for both procurements.

In the event of step in rights being exercised the relevant value of the relevant services of the contract awarded for this lot will be deemed to have transferred over to the contract with the contractor that steps in.

Please refer to the procurement documents for a detailed description of the needs and requirements.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 93

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Nifer yr ymgeiswyr a ragwelir: 4

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Step in rights — the contract contains provisions for a supplier to be required to take over all or part of the services of another region or regions in certain circumstances on a temporary or permanent basis – further details are in the contract and wider procurement documents.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Deialog Gystadleuol

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2018/S 011-020740

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 10/12/2019

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 13/01/2020

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 9  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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 participate in this procurement candidates must send an expression of interest to: https://dft.delta- esourcing.com

All correspondence and expressions of interest relating to this procurement must be made through this system. DVSA expressly reserves the right:

(i) not to award any or the whole contract as a result of the procurement process related to the publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the procurement;

(iii) to procure some or all of their needs or requirements covered by this notice outside of this procurement exercise and resulting agreement.

In no circumstances will DVSA be liable for any costs or losses incurred by the candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of the candidate.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://dft.delta-esourcing.com/tenders/UK-UK-Nottingham:-Driving-test-services./W5WK92526B

To respond to this opportunity, please click here:

https://dft.delta-esourcing.com/respond/W5WK92526B

GO Reference: GO-20191031-PRO-15526099

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Driver Vehicle Standards Agency (DVSA)

The Axis Building, 3rd Floor, 112 Upper Parliament Street

Nottingham

NG1 6LP

UK

E-bost: Sally.Hopkin@DVSA.GOV.UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

In accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, DVSA has incorporated a minimum 10 calendar days standstill period prior to contract award.

Bidders have the right to appeal provided for within the Public Contract Regulations 2015. Any such proceedings must be brought before the High Court of England and Wales.

VI.5) Dyddiad anfon yr hysbysiad hwn

31/10/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
80520000 Cyfleusterau hyfforddi Gwasanaethau hyfforddi
80000000 Gwasanaethau addysg a hyfforddiant Addysg
72800000 Gwasanaethau archwilio a phrofi cyfrifiaduron Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
72500000 Gwasanaethau cyfrifiadurol Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
80420000 Gwasanaethau e-ddysgu Gwasanaethau addysg oedolion a gwasanaethau addysg eraill
70000000 Gwasanaethau eiddo tiriog Adeiladu ac Eiddo Tiriog
70100000 Gwasanaethau eiddo tiriog gyda’ch eiddo eich hun Gwasanaethau eiddo tiriog
75100000 Gwasanaethau gweinyddu Gwasanaethau gweinyddu, amddiffyn a nawdd cymdeithasol
80500000 Gwasanaethau hyfforddi Gwasanaethau addysg a hyfforddiant
80411100 Gwasanaethau prawf gyrru Gwasanaethau ysgol yrru
72590000 Gwasanaethau proffesiynol cyfrifiadurol Gwasanaethau cyfrifiadurol
72820000 Gwasanaethau profi cyfrifiaduron Gwasanaethau archwilio a phrofi cyfrifiaduron
79993000 Gwasanaethau rheoli adeiladau a chyfleusterau Amrywiol wasanaethau sy’n gysylltiedig â busnes
79993100 Gwasanaethau rheoli cyfleusterau Gwasanaethau rheoli adeiladau a chyfleusterau
80411000 Gwasanaethau ysgol yrru Gwasanaethau ysgol amrywiol
80490000 Gweithredu canolfan addysgol Gwasanaethau addysg oedolion a gwasanaethau addysg eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Sally.Hopkin@DVSA.GOV.UK
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.