Award

Calibration, Repair and maintenance of existing Maha Testing equipment

DRIVER AND VEHICLE STANDARDS AGENCY

This public procurement record has 3 releases in its history.

Award

07 Aug 2025 at 06:51

Award

17 Jul 2025 at 14:37

Award

16 Jul 2025 at 14:10

Summary of the contracting process

The Driver and Vehicle Standards Agency (DVSA), based in Bristol, has awarded a direct contract to Maha UK Limited for the calibration, repair, and maintenance of its existing Maha testing equipment. This contract encompasses equipment used across DVSA sites in the UK, including various testing stations for Heavy Goods Vehicles (HGVs) and Public Service Vehicles (PSVs). The procurement falls under the "Repair and maintenance services" industry category, with a focus on ensuring compliance with regulations. This contract was awarded due to the absence of competitive alternatives, as Maha UK Limited, being the Original Equipment Manufacturer, is uniquely capable of providing these specialised services. The contract officially commenced on 6th August 2025, with completion aimed for 31st July 2026, and includes options for renewal up to a maximum extent in 2028.

This procurement presents opportunities for businesses in the repair and maintenance sector, particularly those that can provide specialised support for engineering services and equipment calibration. While Maha UK Limited holds a unique competitive edge owing to its original equipment manufacturing status, small to medium-sized enterprises (SMEs) that offer innovative maintenance solutions or complementary services might find potential growth opportunities through future collaborative tenders or subcontracting arrangements with such suppliers. Businesses with expertise in compliance, service reliability, or offering alternatives for the aging equipment may also leverage indirect opportunities within the DVSA's operational landscape.

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

Calibration, Repair and maintenance of existing Maha Testing equipment

Notice Description

DVSA (Driver Vehicle Standards Agency) has awarded a single Contractor to calibrate, service/maintain and repair of Individual Vehicle Approvals (IVA) testing equipment and Enforcement Equipment at DVSA sites including Goods Vehicle Test Stations (GVTS) that was previously purchased from Maha UK Limited. The Contractor shall provide technical expertise and services to enable continued compliant use of the equipment.

Procurement Information

This notice is to inform the market that DVSA have issued a Direct Award contract for the calibration, service/maintenance, repair, and purchase of new of its MAHA vehicle testing equipment. The equipment comprises of, but not limited to; Roller Brake Testers, Wheel Play Detectors, and Headlamp Aim Testers, 4 Post Lifts for Heavy Goods Vehicle (HGV) and Public Service Vehicles (PSV) testing for Road Traffic Enforcement Activities and Individual Vehicle Approval (IVA). DVSA wish to follow the Direct Award route to market. This is justified based on competition being absent due to technical reasons PA 2023 Reg 41, section 6, schedule 5 justification, single source subsection 6a & b of the PA 2023: * (a) due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and * (b)there are no reasonable alternatives to those goods, services or works. * The services are currently supplied under contract with MAHA UK Limited for provision of UK engineering services with technical support in the UK. The contract is due to expire with no option to extend further. A contract is now required for the below period directly with the calibration, maintenance, and repair provider. MAHA UK as the Original Equipment Manufacturer (OEM) are the only supplier with the technical expertise to meet the requirements of the contract. The requirement is for a period of 1 year with an option to extend (1+1+1). Services are required at DVSA sites across the UK. The volume of services is expected to decrease, with the removal of assets, during the life of the contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-056074
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/046711-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£250,000 £100K-£500K
Contracts Value
£250,000 £100K-£500K

Notice Dates

Publication Date
7 Aug 20256 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
13 Jul 20257 months ago
Contract Period
5 Aug 2025 - 31 Jul 2026 6-12 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DRIVER AND VEHICLE STANDARDS AGENCY
Contact Name
Not specified
Contact Email
commercialenquiries@dvsa.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS5 0DA
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
Not specified

Local Authority
Bristol, City of
Electoral Ward
Lawrence Hill
Westminster Constituency
Bristol East

Supplier Information

Number of Suppliers
1
Supplier Name

MAHA

Further Information

Notice Documents

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-056074-2025-08-07T07:51:01+01:00",
    "date": "2025-08-07T07:51:01+01:00",
    "ocid": "ocds-h6vhtk-056074",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PTMM-2614-YJDV",
            "name": "Driver and Vehicle Standards Agency",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTMM-2614-YJDV"
            },
            "address": {
                "streetAddress": "Berkeley House, Croydon Street",
                "locality": "Bristol",
                "postalCode": "BS5 0DA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK11"
            },
            "contactPoint": {
                "email": "commercialenquiries@dvsa.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PLZZ-7759-TTZM",
            "name": "Maha UK Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLZZ-7759-TTZM"
            },
            "address": {
                "streetAddress": "1 Europa Way",
                "locality": "Wisbech",
                "postalCode": "PE13 2TZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH12"
            },
            "contactPoint": {
                "email": "service@maha.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PTMM-2614-YJDV",
        "name": "Driver and Vehicle Standards Agency"
    },
    "tender": {
        "id": "T280022867",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Calibration, Repair and maintenance of existing Maha Testing equipment",
        "description": "DVSA (Driver Vehicle Standards Agency) has awarded a single Contractor to calibrate, service/maintain and repair of Individual Vehicle Approvals (IVA) testing equipment and Enforcement Equipment at DVSA sites including Goods Vehicle Test Stations (GVTS) that was previously purchased from Maha UK Limited. The Contractor shall provide technical expertise and services to enable continued compliant use of the equipment.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "This notice is to inform the market that DVSA have issued a Direct Award contract for the calibration, service/maintenance, repair, and purchase of new of its MAHA vehicle testing equipment. The equipment comprises of, but not limited to; Roller Brake Testers, Wheel Play Detectors, and Headlamp Aim Testers, 4 Post Lifts for Heavy Goods Vehicle (HGV) and Public Service Vehicles (PSV) testing for Road Traffic Enforcement Activities and Individual Vehicle Approval (IVA). DVSA wish to follow the Direct Award route to market. This is justified based on competition being absent due to technical reasons PA 2023 Reg 41, section 6, schedule 5 justification, single source subsection 6a & b of the PA 2023: * (a) due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and * (b)there are no reasonable alternatives to those goods, services or works. * The services are currently supplied under contract with MAHA UK Limited for provision of UK engineering services with technical support in the UK. The contract is due to expire with no option to extend further. A contract is now required for the below period directly with the calibration, maintenance, and repair provider. MAHA UK as the Original Equipment Manufacturer (OEM) are the only supplier with the technical expertise to meet the requirements of the contract. The requirement is for a period of 1 year with an option to extend (1+1+1). Services are required at DVSA sites across the UK. The volume of services is expected to decrease, with the removal of assets, during the life of the contract.",
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "suitability": {
                    "sme": true
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "riskDetails": "DVSA wish to contract by Direct Award. This is justified based on competition being absent due to technical reasons PA 2023 Reg 41, section 6, schedule 5 justification, single source subsection 6a & b of the PA 2023: (a) due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and (b)there are no reasonable alternatives to those goods, services or works. The technical reasons for justification are as follows; - The technical knowledge to calibrate and effect repairs of the aging (20+ years) testing equipment is limited to the Original Equipment Manufacturer (OEM). - The requirement is further technically limited by the bespoke nature of some of the equipment to the specific needs of DVSA. - The requirements are time limited due to the removal of assets over the next 3 years with no budget for new lanes, equipment or associated training.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Calibration, Repair and maintenance of existing Maha Testing equipment",
            "status": "active",
            "value": {
                "amountGross": 300000,
                "amount": 250000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PLZZ-7759-TTZM",
                    "name": "Maha UK Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50000000",
                            "description": "Repair and maintenance services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-08-31T00:00:00+01:00",
                "endDate": "2026-07-30T23:59:59+01:00",
                "maxExtentDate": "2028-07-30T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "2 x 1 year contract to be issued on a 1 year + 1 year basis"
            },
            "hasOptions": true,
            "options": {
                "description": "Possible purchases of further equipment should existing piece(s) of equipment become unrepairable"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "040578-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/040578-2025",
                    "datePublished": "2025-07-16T15:10:25+01:00",
                    "format": "text/html"
                },
                {
                    "id": "041036-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/041036-2025",
                    "datePublished": "2025-07-17T15:37:21+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-07-30T23:59:59+01:00",
                    "status": "scheduled"
                }
            ],
            "date": "2025-07-14T00:00:00+01:00",
            "standstillPeriod": {
                "endDate": "2025-07-28T23:59:59+01:00"
            }
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2025-08-06T00:00:00+01:00",
                "endDate": "2026-07-31T23:59:59+01:00",
                "maxExtentDate": "2028-07-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "2 x 1 year contract to be issued on a 1 year + 1 year basis"
            },
            "hasOptions": true,
            "options": {
                "description": "* Possible purchases of further equipment should existing piece(s) of equipment become unrepairable"
            },
            "value": {
                "amountGross": 300000,
                "amount": 250000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-08-05T00:00:00+01:00",
            "noAgreedMetricsRationale": "Contract is under PS5 million",
            "documents": [
                {
                    "id": "046711-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/046711-2025",
                    "datePublished": "2025-08-07T07:51:01+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}