Notice Information
Notice Title
T3 - Test Engine and Test Content Management for Theory Test
Notice 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.
Lot Information
Lot 1
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 PS26,000,000. 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. Additional information: 2-Year Initial of PS18,700,000 3-Year Total Estimate: PS26,000,000
Options: 1-Year Optional Extension
Procurement Information
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04a45f
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031272-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £18,700,000 £10M-£100M
Notice Dates
- Publication Date
- 1 Oct 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 24 Jun 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DRIVER AND VEHICLE STANDARDS AGENCY
- Contact Name
- Not specified
- Contact Email
- commercial.theory.test@dvsa.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- NOTTINGHAM
- Postcode
- NG2 1AY
- Post Town
- Nottingham
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF14 Nottingham
- Delivery Location
- Not specified
-
- Local Authority
- Nottingham
- Electoral Ward
- Meadows
- Westminster Constituency
- Nottingham South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04a45f-2024-10-01T09:24:55+01:00",
"date": "2024-10-01T09:24:55+01:00",
"ocid": "ocds-h6vhtk-04a45f",
"initiationType": "tender",
"tender": {
"id": "K280022515",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "T3 - Test Engine and Test Content Management for Theory Test",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"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.",
"lots": [
{
"id": "1",
"description": "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 PS26,000,000. 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. Additional information: 2-Year Initial of PS18,700,000 3-Year Total Estimate: PS26,000,000",
"hasOptions": true,
"options": {
"description": "1-Year Optional Extension"
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "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."
},
"awards": [
{
"id": "031272-2024-K280022515-1",
"relatedLots": [
"1"
],
"title": "T3 - Test Engine and Test Content Management System",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-125581",
"name": "Pearson Professional Assessments Ltd."
}
]
}
],
"parties": [
{
"id": "GB-FTS-125580",
"name": "Driver and Vehicle Standards Agency",
"identifier": {
"legalName": "Driver and Vehicle Standards Agency"
},
"address": {
"streetAddress": "1 Unity Square",
"locality": "Nottingham",
"region": "UK",
"postalCode": "NG2 1AY",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "commercial.theory.test@dvsa.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/driver-and-vehicle-standards-agency",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-125581",
"name": "Pearson Professional Assessments Ltd.",
"identifier": {
"legalName": "Pearson Professional Assessments Ltd."
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-6043",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-125580",
"name": "Driver and Vehicle Standards Agency"
},
"contracts": [
{
"id": "031272-2024-K280022515-1",
"awardID": "031272-2024-K280022515-1",
"title": "T3 - Test Engine and Test Content Management System",
"status": "active",
"value": {
"amount": 18700000,
"currency": "GBP"
},
"dateSigned": "2024-06-25T00:00:00+01:00"
}
],
"language": "en"
}