Tender

Non-UK Digital National Register for Clean Air Zones

  • Department for Transport

F02: Contract notice

Notice identifier: 2022/S 000-003197

Procurement identifier (OCID): ocds-h6vhtk-031318

Published 3 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Department for Transport

Great Minster House, 33 Horseferry Road, London

London

SW1P 4DR

Contact

Christopher Roberts

Email

Christopher.Roberts@dvla.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-transport

one.3) Communication

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

https://www.findatenderservice.co.uk/

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

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

Non-UK Digital National Register for Clean Air Zones

two.1.2) Main CPV code

  • 63712000 - Support services for road transport

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is for an outsourced, managed service from a third-party Contractor to build, support and maintain a Non-UK Digital National Register for Clean Air Zones which receives User information from the Central Service, carries out a compliance assessment and sends compliant VRNs to the Central Service on a General-Purpose Whitelist to be then exempted from charges.

The key requirements are:

• Technical Integration

• Compilation of a Register

• Compliance assessment

• Communications

• Customer Support

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

In February 2016, Defra and DfT established a Joint Air Quality Unit (JAQU) to oversee the delivery of the government's plan for tackling NO2 (Nitrogen Oxide) compliance.

A Clean Air Zone (CAZ) defines an area where targeted action is taken to improve air quality and resources are prioritised and coordinated in order to shape the urban environment in a way that delivers improved health benefits and supports economic growth.

Clean Air Zones aim to address all sources of pollution, including nitrogen dioxide and particulate matter, and reduce public exposure to them using a range of measures tailored to the location.

Clean Air Zones bring together local measures to deliver immediate action to improve air quality and health with support for cities to grow while delivering sustained reductions in pollution and a transition to a low emission economy. Where there are the most persistent pollution problems, this is supported by restrictions to encourage only the cleanest vehicles to operate in the city.

The purpose of the Non-UK Digital National Register for Clean Air Zones is to enable the compliance assessment of non-UK vehicles according to the national CAZ Framework definitions, thereby reducing the reputational, political and legal risks associated with the current policy of issuing blanket PCNs to all non-UK vehicles that do not pay a charge, without evidence of their non-compliance.

This procurement is for an outsourced, managed service from a third-party Contractor to build, support and maintain a Non-UK Digital National Register for Clean Air Zones which receives User information from the Central Service, carries out a compliance assessment and sends compliant VRNs to the Central Service on a General-Purpose Whitelist to be then exempted from charges.

The key requirements are:

• Technical Integration

• Compilation of a Register

• Compliance assessment

• Communications

• Customer Support

Suppliers can ask any clarification question for a period of 10 working days after the notice has been published.

two.2.5) Award criteria

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

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

Start date

20 June 2022

End date

19 June 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

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

Date

18 February 2022

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

English

four.2.7) Conditions for opening of tenders

Date

25 March 2022

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Department of Transport

Great Minster House, 33 Horseferry Road

London

SW1P 4DR

Country

United Kingdom