Tender

Provision of Enforcement Services

  • Department for Transport

F02: Contract notice

Notice identifier: 2025/S 000-001532

Procurement identifier (OCID): ocds-h6vhtk-041ae8

Published 16 January 2025, 3:16pm



Section one: Contracting authority

one.1) Name and addresses

Department for Transport

London

Contact

Alun Vaughan

Email

Alun.Vaughan@dvla.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://dft.app.jaggaer.com/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://dft.app.jaggaer.com/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://dft.app.jaggaer.com/web/login.html

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

Provision of Enforcement Services

Reference number

PS-23-45

two.1.2) Main CPV code

  • 98351110 - Parking enforcement services

two.1.3) Type of contract

Services

two.1.4) Short description

Please note. This notice extends the submission date for notice 2024/S 000-038573.

The Driver and Vehicle Licencing Agency (DVLA) invites tenders for the provision of enforcement services across the UK, including Northern Ireland.

This service will help identify untaxed vehicles or vehicles that are in breach of Statutory off Road Notification (SORN) and, where necessary, immobilise or remove vehicles. The services required encompass:

- Immobilisation, Removal, Storage and Disposal of vehicles

- Enforcement Warning Notice Issuing Services and;

- Automatic Number Plate Recognition (ANPR) services for detection and action against untaxed non-Compliant vehicles

two.1.5) Estimated total value

Value excluding VAT: £183,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50118110 - Vehicle towing-away services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Please note. This notice extends the submission date for notice 2024/S 000-038573.

The Driver and Vehicle Licencing Agency (DVLA) invites tenders for the provision of enforcement services across the UK, including Northern Ireland.

This service will help identify untaxed vehicles or vehicles that are in breach of Statutory off Road Notification (SORN) and, where necessary, immobilise or remove vehicles. The services required encompass:

- Immobilisation, Removal, Storage and Disposal of vehicles

- Enforcement Warning Notice Issuing Services and;

- Automatic Number Plate Recognition (ANPR) services for detection and action against untaxed non-Compliant vehicles

This service provision is to supplement other DVLA Enforcement actions undertaken and help DVLA to continue to improve on the high compliance rate of Vehicle Excise Duty collection. This provision will provide quick, robust and proportionate action against those who don’t comply.

The services for all elements must be considered when submitting your proposals, although subcontracting and consortia-bidding is acceptable. All products and services procured by or on behalf of the Authority must comply with the Government Buying Standards (GBS) and the Supplier must be able to meet and evidence compliance with the relevant GBS.

The Annual Enforcement Targets for the first Contract Year are forecast to be:

-118,500 Clean Enforcement Actions to include up to 2,500 Motorcycles and 125 Heavy Goods Vehicles.

- 62,000 Enforcement Warning Notices.

- The required volume of ANPR Actionable Images from the supplier fleet is a minimum of 14,000 per month, which correctly identify an unlicenced vehicle on the road. As a guideline, to deliver this volume of Actionable Images the total number of ANPR reads would need to be in the region of 4,000,000 per month.

It is anticipated that the Authority will provide a minimum of a further 5,000 Actionable Images from their own fleet of vehicles into the suppliers Back Office function each month.

Please be aware that forecasted targets are non-binding and for indicative purposes only. Suppliers must have the ability to scale up and down to meet DVLA business needs.

Suppliers wishing to view and apply for this opportunity, must visit register on the Jaggaer E-tendering portal at:

https://dft.app.jaggaer.com

Please refer to Project: tender_6387 - Provision of Enforcement Services

Your Tender must be submitted through the Jaggaer E-tendering portal.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £183,300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extension

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2 x 12 month extensions at the sole discretion of the Authority.

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.2.14) Additional information

Please note. This notice extends the submission date for notice 2024/S 000-038573.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 2023/S 000-034124

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 11 March 2026

four.2.7) Conditions for opening of tenders

Date

12 March 2025

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Department for Transport

Great Minster House

London

SW1P 4DR

Country

United Kingdom