Award

Driver and Vehicle Agency - Supply, Delivery, Installation, Calibration, Commissioning and Maintenance of a Vehicle Test Solution

THE DRIVER AND VEHICLE AGENCY

This public procurement record has 3 releases in its history.

Award

30 Mar 2026 at 14:41

Award

03 Dec 2025 at 15:23

Tender

30 Apr 2025 at 18:58

Summary of the contracting process

The procurement process initiated by The Driver and Vehicle Agency, part of the Department for Infrastructure, aims to appoint a contractor for the supply, delivery, installation, calibration, commissioning, and maintenance of a comprehensive Vehicle Test Solution. This tender falls under the industry category of electrical machinery and services related to vehicle maintenance, located in Belfast, United Kingdom. Governed by Northern Irish devolved regulations, the procurement follows a selective method described as a competitive flexible procedure. Key dates include a contract period starting from 12th March 2026 to 11th March 2036, with the potential for extension until 2040. This contract is currently in its award stage, with MAHA Ireland Limited selected as the supplier for the project valued at £40,000,000, though the total gross contract value is estimated to be £48,000,000.

This tender represents a significant opportunity for businesses within the sectors of electrical engineering, vehicle maintenance solutions, and related IT services. Companies specialising in the integration and maintenance of complex machinery might find these opportunities particularly beneficial. With the contract offering potential renewals and options for additional services, businesses capable of adapting to legislative changes and expanding their offerings in line with market conditions can leverage this procurement for long-term growth. Furthermore, small and medium enterprises equipped to deliver high-quality goods and services efficiently will find themselves in a strong position to compete effectively, particularly given the emphasis on comprehensive maintenance solutions and integrated test lane software.

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

Notice Title

Driver and Vehicle Agency - Supply, Delivery, Installation, Calibration, Commissioning and Maintenance of a Vehicle Test Solution

Notice Description

The Department for Infrastructure, through its Executive Agency The Driver and Vehicle Agency wish to establish a Contract to appoint a Contractor to supply, deliver, install, commission, calibrate and maintain a total of 79 new vehicle testing lanes of equipment, the associated fully integrated test lane (ITL) software, all associated IT hardware and licences (from here on in referred to as 'Vehicle Test Solution') to service its network of 16 Test Centres. The contract's key focus will be to provide DVA with a complete vehicle test solution that will meet DVA's demands, on an all-inclusive supply, install and maintenance basis. The Contractor must also complete all necessary enabling works required to facilitate the installation and operation of the Vehicle Test Solution. These works may include, but are not limited to, structural, civil, mechanical, electrical and digital enabling works which must be completed in line with current UK building legislation, regulations, codes and standards.

Lot Information

Lot 1

Options: The Services as detailed in the Contract and delivered by the Contractor may be subject to additional potential services and changes during the Contract Period in order to address and remain consistent with the wider operating environment including legislative changes impacting the vehicle testing regulations or market conditions, future changes to the Client's policy and Operational Requirements, and its corresponding requirements of the Contract. The changes that this Section is concerned with may involve: i. changes to the volume of equipment/Services required from the Contractor ('Volume-Based Equipment/Services'); ii. changes which result in new Services or amendments to Services being required during the Contract Period, which cannot be foreseen at the time of this procurement ('Optional Services'). The Client may increase or decrease the volume of the equipment/services during the Contract Period in line with changes in the Specification. This may be due to, for example, changes in the Client's policy or policies, future changes in relation to development of the Test Centre Network, changes to the vehicle testing conditions or changes to the level of demand for vehicle testing. The changes may include, but are not limited to: * amending the number of lanes to be delivered under this Contract which may increase depending on future decisions and approvals for the Network; * allowing for the roll out of equipment (if required) as part of a refresh programme in line with any recommendations within future conditioning reports; * permitting the purchase of equipment or associated items which are used in conjunction with the vehicle testing equipment that have sustained damage outside of normal wear and tear and therefore not covered in the all-inclusive maintenance. Further detail is provided within section 12 of the Schedule 1 Specification document.

Renewal: the contract will have the option to extend for 4 further periods of 12 months each

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050ad7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029227-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

50 - Repair and maintenance services


CPV Codes

31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

50100000 - Repair, maintenance and associated services of vehicles and related equipment

Notice Value(s)

Tender Value
£40,000,000 £10M-£100M
Lots Value
£40,000,000 £10M-£100M
Awards Value
£46,000,000 £10M-£100M
Contracts Value
£40,000,000 £10M-£100M

Notice Dates

Publication Date
30 Mar 20263 weeks ago
Submission Deadline
30 Jun 2025Expired
Future Notice Date
Not specified
Award Date
3 Dec 20254 months ago
Contract Period
12 Mar 2026 - 11 Mar 2036 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE DRIVER AND VEHICLE AGENCY
Additional Buyers

CONSTRUCTION AND PROCUREMENT DELIVERY - SUPPLIES AND SERVICES DIVISION

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BELFAST
Postcode
BT8 8JL
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

MAHA IRELAND

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-050ad7-2026-03-30T15:41:58+01:00",
    "date": "2026-03-30T15:41:58+01:00",
    "ocid": "ocds-h6vhtk-050ad7",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PMCJ-4951-QRDD",
            "name": "The Driver and Vehicle Agency",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMCJ-4951-QRDD"
            },
            "address": {
                "streetAddress": "Hydebank House, 4a Hospital Road",
                "locality": "Belfast",
                "postalCode": "BT8 8JL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0E"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PVWG-8426-YWXV",
            "name": "Construction and Procurement Delivery - Supplies and Services Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWG-8426-YWXV"
            },
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Construction and Procurement Delivery Supplies and Services Division is a Centre of Procurement Expertise and provides a central procurement function for central government in Northern Ireland."
        },
        {
            "id": "GB-PPON-PXRL-2252-DZVJ",
            "name": "MAHA Ireland Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRL-2252-DZVJ"
            },
            "address": {
                "streetAddress": "10a Enterprise Crescent, Ballinderry Road",
                "locality": "Lisburn",
                "postalCode": "BT28 2BP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0E"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            },
            "control": {
                "description": "MAHA Maschinenbau Haldenwang GmbH & Co. KG"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PMCJ-4951-QRDD",
        "name": "The Driver and Vehicle Agency"
    },
    "tender": {
        "id": "ID 5888575",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Driver and Vehicle Agency - Supply, Delivery, Installation, Calibration, Commissioning and Maintenance of a Vehicle Test Solution",
        "description": "The Department for Infrastructure, through its Executive Agency The Driver and Vehicle Agency wish to establish a Contract to appoint a Contractor to supply, deliver, install, commission, calibrate and maintain a total of 79 new vehicle testing lanes of equipment, the associated fully integrated test lane (ITL) software, all associated IT hardware and licences (from here on in referred to as 'Vehicle Test Solution') to service its network of 16 Test Centres. The contract's key focus will be to provide DVA with a complete vehicle test solution that will meet DVA's demands, on an all-inclusive supply, install and maintenance basis. The Contractor must also complete all necessary enabling works required to facilitate the installation and operation of the Vehicle Test Solution. These works may include, but are not limited to, structural, civil, mechanical, electrical and digital enabling works which must be completed in line with current UK building legislation, regulations, codes and standards.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50100000",
                        "description": "Repair, maintenance and associated services of vehicles and related equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 48000000,
            "amount": 40000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "1. Publish Notice and procurement documentation 2. Facilitate Tenderer Site Visit if required 3. Submission of Initial Tenders including Conditions of Participation (COP) submission 4. Consideration of Excluded / Excludable Tenderer Status/ Debarment Status * 5. Assess and disregard any non-compliant tenders (with the option to award prior to dialogue) 6. Dialogue Sessions (if required) 7. Submission of final tenders (if required) 8. Assess final tenders and identification of preferred Tenderer (if required) 9. Product Verification with highest scoring Tenderer 10. Issue contract award notice and standstill letters then award Contract. Tenderers must note that the Client reserves the right and the option to award this contract to a Tenderer based on the assessment of the initial tender submission without undertaking any dialogue session or final tender submission which may have been intended to be part of the process. If the Client avails of the option to proceed to award after the assessment of the initial tender assessment then it shall move directly to the Product Verification stage with the Highest scoring tenderer."
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by the Contracting Authority / Buyer. The tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-06-30T15:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-06-20T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-10T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 48000000,
                    "amount": 40000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 - Proposed Integrated test lane software",
                            "description": "As per Tender documentation.",
                            "numbers": [
                                {
                                    "number": 1,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "AC2 - Proposed Maintenance solution (Phase 4)",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 2,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "AC7 - Social Value - Delivering Zero Carbon",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 3,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "AC9 - Total Contract Cost",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 4,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "AC3 - Outline Implementation Plan for Phase 1",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "AC4 - Outline Implementation Plan for Phase 2",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 6,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "AC5 - Outline Implementation Plan for Phase 3",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 7,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "AC6 - Proposed IT Infrastructure",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 8,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "AC8 - Contract Management and Contingency Arrangements",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 9,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SoC1 - Legislation and Testing Standards",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SoC2 - Light Lane Equipment",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 11,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SoC3 - Heavy Lane Equipment",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 12,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SoC4 - Vehicle Lift",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 13,
                                    "weight": "order"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "SoC5 - Additional Equipment",
                            "description": "as per tender documentation",
                            "numbers": [
                                {
                                    "number": 14,
                                    "weight": "order"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As per Tender documentation"
                        },
                        {
                            "type": "technical",
                            "description": "As per Tender documentation."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2025-10-20T00:00:00+01:00",
                    "endDate": "2035-10-19T23:59:59+01:00",
                    "maxExtentDate": "2039-10-19T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "the contract will have the option to extend for 4 further periods of 12 months each"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Services as detailed in the Contract and delivered by the Contractor may be subject to additional potential services and changes during the Contract Period in order to address and remain consistent with the wider operating environment including legislative changes impacting the vehicle testing regulations or market conditions, future changes to the Client's policy and Operational Requirements, and its corresponding requirements of the Contract. The changes that this Section is concerned with may involve: i. changes to the volume of equipment/Services required from the Contractor ('Volume-Based Equipment/Services'); ii. changes which result in new Services or amendments to Services being required during the Contract Period, which cannot be foreseen at the time of this procurement ('Optional Services'). The Client may increase or decrease the volume of the equipment/services during the Contract Period in line with changes in the Specification. This may be due to, for example, changes in the Client's policy or policies, future changes in relation to development of the Test Centre Network, changes to the vehicle testing conditions or changes to the level of demand for vehicle testing. The changes may include, but are not limited to: * amending the number of lanes to be delivered under this Contract which may increase depending on future decisions and approvals for the Network; * allowing for the roll out of equipment (if required) as part of a refresh programme in line with any recommendations within future conditioning reports; * permitting the purchase of equipment or associated items which are used in conjunction with the vehicle testing equipment that have sustained damage outside of normal wear and tear and therefore not covered in the all-inclusive maintenance. Further detail is provided within section 12 of the Schedule 1 Specification document."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "018216-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/018216-2025",
                "datePublished": "2025-04-30T19:58:10+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/articles/account-ni-good-invoicing-practice For ANI clients insert: For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice [DN: Additional draft wording for consideration] Contract Value The estimated value figure indicated in the Scope Section represents an overall estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods. This figure does not however take into account the application of indexation or increases to charges due to the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the contracting Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Suppliers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Supplier in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and a Supplier shall have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the Contracting Authority."
        },
        "riskDetails": "The Contracting Authority has identified the following risks as risks that satisfy the criteria of Schedule 8 sub-paragraph (6)(a) of the Procurement Act 2023 i.e. that the risk/s could jeopardise the satisfactory performance of the contract but, because of its/their nature, cannot be addressed in the contract as awarded: 1. Tenderers are advised that enabling works will be undertaken following the award of contract in accordance with the Specification of Requirements. While such works will be carried out in compliance with all relevant statutory and contractual obligations, The DVA recognises the potential for unforeseen physical conditions or latent site risks to arise as a result of, or in connection with, those works (\"Known Unknowns\"). AND 2.Has concluded that there is a possibility that the contract may have to be modified as a result of a materialisation of the known risk/s at a later date in accordance with Schedule 8 paragraph 5 of the Procurement Act 2023. Exclusions If at any time during the procurement, or post award, it comes to the attention of the Contracting Authority (CA) or CPD, by whatever means, that a Supplier has become 'excluded' or 'excludable' as per Sec 57 of the PA 2023, the CA, after compliance with its obligations under the PA 23, reserves the right to exclude said Supplier from the procurement procedure or terminate any contract they have been awarded. Insert appropriate reservations of rights and disclaimers of liability here consider - e.g. The Contracting Authority expressly reserves the rights: (I). not to award any contract as a result of the procurement process commenced by publication of this notice; (II). to make whatever changes it may see fit to the content and structure of the tendering Competition; (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and (IV). to award contract(s) in stages. and in no circumstances will the Authority be liable for any costs incurred by candidates."
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PXRL-2252-DZVJ",
                        "name": "MAHA Ireland Limited"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Driver and Vehicle Agency - Supply, Delivery, Installation, Calibration, Commissioning and Maintenance of a Vehicle Test Solution",
            "status": "active",
            "date": "2025-12-03T00:00:00+00:00",
            "value": {
                "amountGross": 55000000,
                "amount": 46000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PXRL-2252-DZVJ",
                    "name": "MAHA Ireland Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "31000000",
                            "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50100000",
                            "description": "Repair, maintenance and associated services of vehicles and related equipment"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKN",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKN",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-12T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-12-17T00:00:00+00:00",
                "endDate": "2035-12-16T23:59:59+00:00",
                "maxExtentDate": "2039-12-16T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "the contract contains the option to extend for 4 further periods of 12 months each"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. The Services as detailed in the Contract and delivered by the Contractor may be subject to additional potential services and changes during the Contract Period in order to address and remain consistent with the wider operating environment including legislative changes impacting the vehicle testing regulations or market conditions, future changes to the Client's policy and Operational Requirements, and its corresponding requirements of the Contract. The changes that this Section is concerned with may involve: i. changes to the volume of equipment/Services required from the Contractor ('Volume-Based Equipment/Services'); ii. changes which result in new Services or amendments to Services being required during the Contract Period, which cannot be foreseen at the time of this procurement ('Optional Services'). The Client may increase or decrease the volume of the equipment/services during the Contract Period in line with changes in the Specification. This may be due to, for example, changes in the Client's policy or policies, future changes in relation to development of the Test Centre Network, changes to the vehicle testing conditions or changes to the level of demand for vehicle testing. The changes may include, but are not limited to: * amending the number of lanes to be delivered under this Contract which may increase depending on future decisions and approvals for the Network; * allowing for the roll out of equipment (if required) as part of a refresh programme in line with any recommendations within future conditioning reports; * permitting the purchase of equipment or associated items which are used in conjunction with the vehicle testing equipment that have sustained damage outside of normal wear and tear and therefore not covered in the all-inclusive maintenance."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "079440-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/079440-2025",
                    "datePublished": "2025-12-03T15:23:14Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-03T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-16T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "Driver and Vehicle Agency - Supply, Delivery, Installation, Calibration, Commissioning and Maintenance of a Vehicle Test Solution",
            "status": "active",
            "period": {
                "startDate": "2026-03-12T00:00:00+00:00",
                "endDate": "2036-03-11T23:59:59+00:00",
                "maxExtentDate": "2040-03-11T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "the contract will have the option to extend for 4 further periods of 12 months each"
            },
            "hasOptions": true,
            "options": {
                "description": "The right to additional purchases while the contract is valid. The Services as detailed in the Contract and delivered by the Contractor may be subject to additional potential services and changes during the Contract Period in order to address and remain consistent with the wider operating environment including legislative changes impacting the vehicle testing regulations or market conditions, future changes to the Client's policy and Operational Requirements, and its corresponding requirements of the Contract. The changes that this Section is concerned with may involve: i. changes to the volume of equipment/Services required from the Contractor ('Volume- Based Equipment/Services'); ii. changes which result in new Services or amendments to Services being required during the Contract Period, which cannot be foreseen at the time of this procurement ('Optional Services'). The Client may increase or decrease the volume of the equipment/services during the Contract Period in line with changes in the Specification. This may be due to, for example, changes in the Client's policy or policies, future changes in relation to development of the Test Centre Network, changes to the vehicle testing conditions or changes to the level of demand for vehicle testing. The changes may include, but are not limited to: * amending the number of lanes to be delivered under this Contract which may increase depending on future decisions and approvals for the Network; * allowing for the roll out of equipment (if required) as part of a refresh programme in line with any recommendations within future conditioning reports; * permitting the purchase of equipment or associated items which are used in conjunction with the vehicle testing equipment that have sustained damage outside of normal wear and tear and therefore not covered in the all-inclusive maintenance. Further detail is provided within section 12 of the Schedule 1 Specification document."
            },
            "value": {
                "amountGross": 48000000,
                "amount": 40000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-03-11T00:00:00+00:00",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "KPI 1 - Stage 1 Programme Delivery",
                    "description": "This will apply to each of the 3 phases (1-3) of contract implementation detailed in Section 2.2 of the Specification Schedule. It will relate to the achievement of the successful delivery of the agreed programme of work for each individual phase in relation to meeting the final milestone date for the handover following the Contractors commission of vehicle test solution. This KPI will stop being monitored once the implementation of Phases 1-3 has completed.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "KPI 2 - Stage 2 Service Availability",
                    "description": "Total availability across the network for the Equipment, ITL Software & Management Information System attributed to this Contract (excluding priority grace periods). Monitoring of this KPI will commence after the successful implementation and handover following the Contractors commission of vehicle test solutions in the Test Centres.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "KPI 3 - Stage 2 Calibration",
                    "description": "Calibration of the Vehicle Testing Equipment in line with the agreed specification and work programme including the issue of a calibration certificates. Monitoring of this KPI will commence after the successful implementation and handover following the Contractors commission of vehicle test solutions in the Test Centres.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "KPI 4 - Stage 2 Planned Maintenance",
                    "description": "Planned Maintenance in line with the agreed specification and works programme. Monitoring of this KPI will commence after the successful implementation and handover following the Contractors commission of vehicle test solutions in the Test Centres.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "029227-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/029227-2026",
                    "datePublished": "2026-03-30T15:41:58+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}