Section one: Contracting authority/entity
one.1) Name and addresses
Driver and Vehicle Standards Agency
1 Unity Square
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
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
T3 - Test Engine and Test Content Management for Theory Test
Reference number
K280022515
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
DVSA requires services to deliver the Test Engine and Test Content Management (TETCM) system for the Theory Test services, that work in tandem with the network of Theory Test Centres. Services will include:
The software solution to enable the management and creation of [Question Test Interoperability] QTI test compliant content.
The software solution to enable delivery of test content to candidates across the Test Centre Network (TCN).
The software solution to enable admissions and control of test delivery by Test Centre staff.
Ongoing support of the service.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £18,700,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of this procurement is to appoint a single supplier for the provision of TETCM services to the Driver and Vehicle Standards Agency. This procurement is being completed in accordance with Public Contracts Regulation (PCR) 2015 32(2)(b)(ii).
The intention is for a contract term of 3 years (2+1) at a maximum value of circa £26,000,000. The intention is to include 1 annual option to extend allowing for an appropriate break point in the contract that could allow for a retender exercise to be completed at the earliest possibility.
The purpose of the procurement is to ensure the ability to align the term of critical contracts of TCN & TETCM to allow for strategic planning towards enhanced competition and innovation of future procurement activity under new public contract regulations, that is robust and appropriately alleviates risk to the Agency. There are provisions within the existing TCN contracts to align at a break point in 2027, should this be necessary.
two.2.11) Information about options
Options: Yes
Description of options
1-Year Optional Extension
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
2-Year Initial of £18,700,000
3-Year Total Estimate: £26,000,000
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The contractual delivery of the wider Theory Test category needs to be aligned, subsequently a short-term solution of 3 additional years (breakpoint after 2 years) with incumbent provider for TETCM delivery is required. This will help ensure that the Agency can develop proof of concepts for a future tender exercise to elicit the Most Advantageous Tender under new procurement regulations. This will be fair and favourable to the wider market, minimises risk against service delivery and encourages innovative solutions for the Theory Test.
The commercial off the shelf product provided by the market is that of cloud delivery, and extensive development work is required to align the software requirements with the delivery model of TETCM. The most effective way to mitigate the risk of duplicated costs and the required extensive mobilisation periods, is to complete discovery of modernised delivery solutions whilst maintaining the current model and levels of service with the existing provider. Presently, there is too much risk associated with approaching the market with unknowns when service continuity is paramount. We have a technically challenging specification, specifically within hazard perception testing which is an element of the Theory Test which has robust, evidenced road safety benefits. The Agency have a statutory obligation to deliver the Theory Test and therefore there can be no gap in service delivery. There must be continuity of this current delivery method, as alternative options have not yet been properly scoped and tested against the Theory Test requirements and wider market, to mitigate risk against this statutory service.
Discovery work has begun on defining parameters of re-procurement activity against new procurement regulations brought through the Procurement Act (2023). Work will be completed to understand how new regulations can be used to ensure that re-procurement activity can be most effective to favour the wider market and develop innovative solutions.
Furthermore, there is an integral nature of Theory Test services and required compatibility with existing hardware across the TCN specifications. There are significant risks against service continuity through any change in hardware across the United Kingdom, which would also significantly increase costs for both the Authority and existing TCN suppliers.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
Contract No
K280022515
Title
T3 - Test Engine and Test Content Management System
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
25 June 2024
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Pearson Professional Assessments Ltd.
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £18,700,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Department for Transport
London
Country
United Kingdom