Award

T3 - Test Engine and Test Content Management for Theory Test

DRIVER AND VEHICLE STANDARDS AGENCY

This public procurement record has 1 release in its history.

Award

01 Oct 2024 at 08:24

Summary of the contracting process

The Driver and Vehicle Standards Agency (DVSA) has completed the procurement process for the "T3 - Test Engine and Test Content Management for Theory Test" contract, falling under the IT services category (CPV 72000000). This procurement aims to deliver, manage, and support the Test Engine and Test Content Management (TETCM) system for Theory Test services across the United Kingdom. The contract, valued at approximately £26,000,000, has a duration of 3 years with a possible 1-year extension. The award process was limited, without prior publication of a call for competition, to address immediate needs and align this contract with existing critical service contracts. Key dates include the contract signing on 25 June 2024 and a potential re-tender exercise by 2027.

This tender provides significant opportunities for businesses specialised in IT services, particularly in consulting, software development, and support. The contract requires robust solutions for managing test content and ensuring seamless delivery across various Test Centre Networks (TCN), making it ideal for firms with strengths in cloud-based solutions and software interoperability. The incumbent supplier, Pearson Professional Assessments Ltd., could provide insights into the necessary technical standards. Businesses looking to engage in future procurement activities will benefit from closely monitoring new regulations under the Procurement Act (2023), as upcoming tenders will likely encourage innovative solutions and enhanced competition.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

PEARSON PROFESSIONAL ASSESSMENTS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}