Section one: Contracting authority/entity
one.1) Name and addresses
Driver and Vehicle Standards Agency
Nottingham
NG2 1AY
commercial.theory.test@dvsa.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Future Theory Test Service (FTTS) Test Centre Network (TCN) - Modification
Reference number
Region A: K280020852, Region B: K280020919, Region C: K280020920
two.1.2) Main CPV code
- 80411100 - Driving-test services
two.1.3) Type of contract
Services
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
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 TCN is packaged into three regional Lots: Region A, Region B, and Region C. The Region A contract specifically includes provisions for the Driver and Vehicle Agency (an executive agency of the Northern Ireland Department for Infrastructure). Having completed this competition DVSA 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.
In order to prepare the TCN Contracts for the remainder of the contract term (expiry September 2028) the financial value of the TCN Contracts will need to be increased.
This notice relates to a Modification of the TCN Contracts in accordance with Regulation 72 (1)(c) of the Public Contract Regulations 2015. The Modification being an increase in total financial contract value of £115,550,000 (from £231,100,000 to £346,650,000)
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
84
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2019/S 213-523071
Section five. Award of contract/concession
Contract No
Region A: K280020852, Region B: K280020919, Region C: K280020920
Title
Future Theory Test Service (FTTS) Test Centre Network (TCN) - Modification
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
22 November 2024
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor/concessionaire
Pearson Professional Assessments Limited
London
WC2R 0RL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.3) Name and address of the contractor/concessionaire
Reed in Partnership Ltd
London
SE17 3PY
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £346,650,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Department for Transport
London
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 80411100 - Driving-test services
seven.1.2) Additional CPV code(s)
- 80411100 - Driving-test services
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
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 TCN is packaged into three regional Lots: Region A, Region B, and Region C. The Region A contract specifically includes provisions for the Driver and Vehicle Agency (an executive agency of the Northern Ireland Department for Infrastructure). Having completed this competition DVSA 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.
In order to prepare the TCN Contracts for the remainder of the contract term (expiry September 2028) the financial value of the TCN Contracts will need to be increased.
This notice relates to a Modification of the TCN Contracts in accordance with Regulation 72 (1)(c) of the Public Contract Regulations 2015. The Modification being an increase in total financial contract value of £115,550,000 (from £231,100,000 to £346,650,000)
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
84
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£346,650,000
seven.1.7) Name and address of the contractor/concessionaire
Pearson Professional Assessments Limited
London
WC2R 0RL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.1.7) Name and address of the contractor/concessionaire
Reed in Partnership Ltd
London
SE17 3PY
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
The contract modification addressed by this Notice is for the increase in financial contract value to ensure provision of ongoing services and continuity of the current delivery model.
The Agency have a statutory obligation to deliver the Theory Test and therefore there can be no gap in service delivery.
Other than the financial contract value increase of the agreement, all other terms and conditions shall remain the same.
seven.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee.
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
This notice relates to the modification of an existing contract under regulation 72(1)(c) of the Public Contracts Regulations 2015 ("PCR").
The modification has become necessary because of the unforeseen increase in demand for the service following the Covid-19 Pandemic; increased contract spend is as a result of increased demand.
The modification to the contract value is based upon current forecasting & allowance for annual CPI increases with a small tolerance.
The modification does not exceed 50% of the original contract value: Original Contract Value £231,100,000, Modification to Contract Value + £115,550,000, Total Contract Value £346,650,000.
There have been no previous Modification/s to the contract financial value.
Other than the financial contract value increase of the Agreement, as set out under this Modification Notice, all other terms and conditions shall remain the same.
The modification does not alter the overall nature of the contract.
DVSA are developing Theory Test Service requirements for a competitive procurement activity in 2026. The Agency have a statutory obligation to deliver the Theory Test and therefore there can be no gap in service delivery whilst requirements are reviewed and tested across the broader market, to mitigate risks associated with this statutory service.
Work will also be undertaken to assess how the new procurement regulations can be used to maximize the effectiveness of re-procurement activities, fostering broader market opportunities and encouraging innovative solutions.
This requirement will align with the needs of the wider Theory Test category and work is underway to help ensure a well-structured future tender exercise, that is fair and favourable to the wider market, and which facilitates the selection of the Most Advantageous Tender under the new procurement regulations.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £231,100,000
Total contract value after the modifications
Value excluding VAT: £346,650,000