Scope
Reference
VCA0011
Description
The Department for Transport in partnership with the Vehicle Certification Agency (VCA), invites submissions from Suppliers for the undertaking of light-duty vehicle emissions testing for the purposes of the "New In-Service Conformity (ISC) Methodology", introduced in Annex II (Part B) of Regulation (GB) 2017/1151, as amended by SI 2022 No.1273 (https://www.legislation.gov.uk/eur/2017/1151/contents) and Annex 4 of UN Regulation No. 83.08 (ECE-TRANS-WP.29-2023-57E.pdf)
In this Contract, the Supplier will be required to source, examine and test vehicles in accordance with this methodology, for one annual ISC programme (covering the calendar year 2025).
Total value (estimated)
- £450,000 excluding VAT
- £540,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 August 2025 to 1 August 2026
- Possible extension to 1 August 2027
- 2 years, 1 day
Description of possible extension:
12 month timeline extension
Main procurement category
Services
CPV classifications
- 71300000 - Engineering services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
Outlined in Attachment 2-how to bid document within the suite of tender documents that can be accessed through the Jaggaer Sourcing Portal. https://dft.app.jaggaer.com/go/873848560197219BB4B1
Technical ability conditions of participation
1. Does the Potential Provider hold EN ISO/IEC 17020:2012 and EN ISO/IEC 17025:2017 accreditations from a national accreditation body? And/or be a designated technical service to VCA or an EU type-approval authority to carry out testing and inspections for the aforementioned regulations
2. Can the Potential Provider deliver the expected full volume of vehicles, as detailed in the Specification?
3. Does the Potential Provider have the required facilities and equipment to perform WLTP Type 1 and RDE tests on all configurations of light-duty vehicle (e.g. M and N category, 2WD, 4WD, ICE, HEV)?
Full details are outlined in Attachment 2-how to bid document within the suite of tender documents that can be accessed through the Jaggaer Sourcing Portal. https://dft.app.jaggaer.com/go/873848560197219BB4B1
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
16 June 2025, 12:00pm
Tender submission deadline
30 June 2025, 12:00pm
Submission address and any special instructions
Suppliers can access the full suite of tender documents and submit their bids through our Jaggaer E-sourcing Portal at the following link:
https://dft.app.jaggaer.com/go/873848560197219BB4B1
Supplier if not already registered on jaggaer, should do so using the following link: https://dft.app.jaggaer.com/web/login.html
Department for Transport Sourcing Portal
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
25 July 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical Envelope | Full breakdown of technical questions can be found in our suite of tender documents located on the Jaggaer Sourcing Portal. |
Quality | 60% |
Commercial (Price) Envelope | Full details of commercial (price) questions can be found in our suite of tender documents located on the Jaggaer Sourcing Portal. https://dft.app.jaggaer.com/go/873848560197219BB4B1 |
Price | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
Not appropriate for this requirement.
Contracting authority
Department for Transport
- Public Procurement Organisation Number: PLTC-5358-LTWZ
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
United Kingdom
Email: dftc.procurement@dft.gov.uk
Region: UKI32 - Westminster
Organisation type: Public authority - central government