Awarded contract

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

  • The Secretary of State for Transport

F03: Contract award notice

Notice reference: 2021/S 000-001198

Published 20 January 2021, 6:32pm



Section one: Contracting authority

one.1) Name and addresses

The Secretary of State for Transport

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

Nottingham

NG1 6LP

Contact

Christopher Gratton

Email

Christopher.Gratton@DVSA.GOV.UK

Telephone

+44 7824599431

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

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

Buyer's address

https://dft.delta-esourcing.com

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

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

Reference number

K280020852

two.1.2) Main CPV code

  • 80411100 - Driving-test services

two.1.3) Type of contract

Services

two.1.4) Short description

The Driver and Vehicle Standards Agency (DVSA), an executive agency of the Department for Transport, acting in its capacity as procurement agent on behalf of The Secretary of State for Transport has undertaken a procurement process adopting the Competitive Dialogue procedure (Contract Notice 2019/S 213-523071)for the provision of the Regional Test Centre Networks (“TCN”) across Great Britain and Northern Ireland for its Future Theory Test Service (FTTS). The contracts are also for the benefit of the driver and vehicle agency (an executive agency of the Northern Ireland Department for Infrastructure) . The TCN is packaged into three regional Lots, Having completed this competition, DVSA has appointed the successful suppliers for each of the three regional Lots in accordance with the procedures set out in the procurement documents, including the detailed contract award process.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £231,100,000

two.2) Description

two.2.1) Title

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

Lot No

1

two.2.2) Additional CPV code(s)

  • 80411100 - Driving-test services
  • 70000000 - Real estate services
  • 70100000 - Real estate services with own property
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 72800000 - Computer audit and testing services
  • 72820000 - Computer testing services
  • 75100000 - Administration services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80000000 - Education and training services
  • 80411000 - Driving-school services
  • 80420000 - E-learning services
  • 80490000 - Operation of an educational centre
  • 80500000 - Training services
  • 80520000 - Training facilities

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The DVSA is appointing a supplier for Region A: Scotland, Northern Ireland, North West, North East, Yorkshire and Humberside. The current Theory Test contract covering this area expires on the 3rd September 2021 with the replacement TCN Service coming into effect from 4th September 2021 as part of the Future Theory Test Service (FTTS). The contract is for an implementation period followed by 5 years and renewal options of up to 24 months. The total estimated value of the contract for Lot 1 is £73,600,000 (this value is calculated based on the forecast upper volume limits and assumes the maximum term). Please note that in the event of cross contract step-in rights being exercised by DVSA (i.e. a contractor for another TCN region taking on all or part of this contract) the value of the services (or part thereof) of the contract awarded for this Lot subject to such cross contract step-in, will be deemed to have transferred over to the contract with the contractor for the other TCN region that steps in.

two.2.5) Award criteria

Quality criterion - Name: As detailed in the procurement documents / Weighting: 65

Cost criterion - Name: As detailed in the procurement documents / Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

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

Lot No

2

two.2.2) Additional CPV code(s)

  • 80411100 - Driving-test services
  • 70000000 - Real estate services
  • 70100000 - Real estate services with own property
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 72800000 - Computer audit and testing services
  • 72820000 - Computer testing services
  • 75100000 - Administration services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80000000 - Education and training services
  • 80411000 - Driving-school services
  • 80420000 - E-learning services
  • 80490000 - Operation of an educational centre
  • 80500000 - Training services
  • 80520000 - Training facilities

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The DVSA is appointing a supplier for Region B: Wales, West Midlands, South West, South East. The current Theory Test contract covering this area expires on the 3rd September 2021 with the replacement TCN Service coming into effect from 4th September 2021 as part of the Future Theory Test Service (FTTS). The contract is for an implementation period followed by 5 years and renewal options of up to 24 months. The total estimated value of the contract for Lot 2 is £90,000,000 (this value is calculated based on the forecast upper volume limits and assumes the maximum term). Please note that in the event of cross contract step-in rights being exercised by DVSA (i.e. a contractor for another TCN region taking on all or part of this contract) the value of the services (or part thereof) of the contract awarded for this Lot subject to such cross contract step-in, will be deemed to have transferred over to the contract with the contractor for the other TCN region that steps in.

two.2.5) Award criteria

Quality criterion - Name: As detailed in the procurement documents / Weighting: 65

Cost criterion - Name: As detailed in the procurement documents / Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Region C: East Midlands, East of England and London

Lot No

3

two.2.2) Additional CPV code(s)

  • 80411100 - Driving-test services
  • 70000000 - Real estate services
  • 70100000 - Real estate services with own property
  • 72500000 - Computer-related services
  • 72590000 - Computer-related professional services
  • 72800000 - Computer audit and testing services
  • 72820000 - Computer testing services
  • 75100000 - Administration services
  • 79993000 - Building and facilities management services
  • 79993100 - Facilities management services
  • 80000000 - Education and training services
  • 80411000 - Driving-school services
  • 80420000 - E-learning services
  • 80490000 - Operation of an educational centre
  • 80500000 - Training services
  • 80520000 - Training facilities

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The DVSA is appointing a supplier for : Region C: East Midlands, East of England and London Lot No:3. The current Theory Test contract covering this area expires on the 3rd September 2021 with the replacement TCN Service coming into effect from 4th September 2021 as part of the Future Theory Test Service (FTTS). The contract is for an implementation period followed by 5 years and renewal options of up to 24 months. The total estimated value of the contract for Lot 3 is £67,500,000 (this value is calculated based on the forecast upper volume limits and assumes the maximum term). Please note that in the event of cross contract step-in rights being exercised by DVSA (i.e. a contractor for another TCN region taking on all or part of this contract) the value of the services (or part thereof) of the contract awarded for this Lot subject to such cross contract step-in, will be deemed to have transferred over to the contract with the contractor for the other TCN region that steps in.

two.2.5) Award criteria

Quality criterion - Name: As detailed in the procurement documents / Weighting: 65

Cost criterion - Name: As detailed in the procurement documents / Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

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

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2019/S 213-523071


Section five. Award of contract

Contract No

K280020852A

Lot No

1

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 December 2020

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Reed in Partnership Ltd

31 Amelia Street

London

SE17 3PY

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

00851645

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £73,600,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

The software for the booking and scheduling system for the Test Centre Network


Section five. Award of contract

Contract No

K280020852B

Lot No

2

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 December 2020

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Pearson Professional Assessments Limited

80 Strand

London

WC2R 0RL,

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

04904325

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £90,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

The design, development and technology support of the scheduling interface and other integration requirements


Section five. Award of contract

Contract No

K280020852C

Lot No

3

Title

Region C: East Midlands, East of England and London

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

21 December 2020

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Reed in Partnership Ltd

31 Amelia Street

London

SE17 3PY

Country

United Kingdom

NUTS code
  • UK - UNITED KINGDOM
National registration number

00851645

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £67,500,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Short description of the part of the contract to be subcontracted

The software for the booking and scheduling system for the Test Centre Network


Section six. Complementary information

six.3) Additional information

The selection of contractors was based solely on the criteria set out in the procurement documents.

To view this notice, please click here:

https://dft.delta-esourcing.com/delta/viewNotice.html?noticeId=559281778

GO Reference: GO-2021120-PRO-17669280

six.4) Procedures for review

six.4.1) Review body

High Court of Justice of England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures: Review procedures are set out in the Public Contracts Regulations 2015 (as amended) and are time limited and any such proceedings must be brought before the High Court of England and Wales.