Tender

DFI DVA Medical Fitness to Drive Services

DRIVER AND VEHICLE AGENCY DVA

This public procurement record has 1 release in its history.

Tender

04 Dec 2025 at 08:56

Summary of the contracting process

The Driver and Vehicle Agency (DVA), functioning under the Northern Irish Department for Infrastructure (DfI), is seeking to procure services related to medical fitness assessments for drivers. The tender, titled "DFI DVA Medical Fitness to Drive Services," pertains to the health and social work services industry category and encompasses two distinct service lots. DVA requires a supplier to provide paper-based and specialist medical assessments to ensure fitness to drive, with the contracting process currently at the tender stage and submissions due by 22 January 2026. The procurement method is an open procedure, encouraging bids from qualified suppliers, with the location specified as Belfast, UK.

This tender offers substantial business growth opportunities for firms specialising in medical practice and advisory services, particularly those skilled in conducting medical fitness assessments. With a total estimated contract value of £27,360,000 and potential for extension beyond the initial three-year term, it presents lucrative prospects for medical professionals, consultancy groups, and service providers skilled in health and social work services. Businesses proficient in managing and delivering high-quality medical and health-related services, particularly those with expertise in providing specialist advice, would be well-positioned to compete for this contract. Additionally, the emphasis on quality in award criteria, including commencement, service delivery, and contract management, points to opportunities for companies that excel in operational excellence and social value contributions.

How relevant is this notice?

Notice Information

Notice Title

DFI DVA Medical Fitness to Drive Services

Notice Description

The Driver & Vehicle Agency (DVA) is an Executive Agency of the Department for Infrastructure (DfI) which aims to deliver improved road safety and better regulation of the transport sector. Responsibilities include driver licensing, vehicle and driver testing, responsibility for those who drive for a living plus compliance and roadside enforcement. DFI - DVA - The DVA requires a Supplier to provide assessments in relation to fitness to drive. The contract will be let in two LOTS. LOT1 is Provision of Fitness to Drive Assessment Service relates to the a paper based assessment of medical fitness to drive carried out by the supplier's medical practitioner staff and LOT2 is the provision of Specialist Medical Advisory Service to provide a specialist medical advisory service for LOT2 of this tender , conducted by the supplier's specialist consultant staff where it is considered that a specialist assessment is required in order to determine whether the driver meets the relevant medical standard on fitness to drive.

Lot Information

Provision of Fitness to Drive Assessment Service

LOT1 is Provision of Fitness to Drive Assessment Service a paper based assessment of medical fitness to drive carried out by the supplier's medical officers.

Renewal: The Contract will be for an initial period of three (3) years with an option to extend for a further period of 2 years

Provision of Specialist Medical Advisory Service

LOT2 is the provision of Specialist Medical Advisory Service, a specialist medical advisory service, conducted by the supplier's medical and surgical consultant staff where it is considered that a specialist assessment is required in order to determine whether the driver meets the relevant medical standard on fitness to drive.

Renewal: The Contract will be for an initial period of three (3) years with an option to extend for a further period of 2 years

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05ee67
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/079558-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

85100000 - Health services

85110000 - Hospital and related services

85111200 - Medical hospital services

85112000 - Hospital support services

85120000 - Medical practice and related services

85121200 - Medical specialist services

85140000 - Miscellaneous health services

85141000 - Services provided by medical personnel

85147000 - Company health services

Notice Value(s)

Tender Value
£22,800,000 £10M-£100M
Lots Value
£22,800,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Dec 2025Today
Submission Deadline
22 Jan 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
DRIVER AND VEHICLE AGENCY DVA
Additional Buyers

CPD - SUPPLIES & SERVICES DIVISION

Contact Name
Not specified
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

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
Not specified

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

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-05ee67-2025-12-04T08:56:08Z",
    "date": "2025-12-04T08:56:08Z",
    "ocid": "ocds-h6vhtk-05ee67",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PMCJ-4951-QRDD",
            "name": "Driver and Vehicle Agency DVA",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMCJ-4951-QRDD"
            },
            "address": {
                "streetAddress": "Hydebank House, 4a Hospital Road, Ballydollaghan,",
                "locality": "Belfast",
                "postalCode": "BT8 8JL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0E"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.infrastructure-ni.gov.uk/",
                "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": "CPD - Supplies & Services Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVWG-8426-YWXV"
            },
            "address": {
                "streetAddress": "303 Airport Rd W",
                "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.",
            "details": {
                "url": "https://www.finance-ni.gov.uk/topics/procurement"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PMCJ-4951-QRDD",
        "name": "Driver and Vehicle Agency DVA"
    },
    "tender": {
        "id": "ID 5869803",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DFI DVA Medical Fitness to Drive Services",
        "description": "The Driver & Vehicle Agency (DVA) is an Executive Agency of the Department for Infrastructure (DfI) which aims to deliver improved road safety and better regulation of the transport sector. Responsibilities include driver licensing, vehicle and driver testing, responsibility for those who drive for a living plus compliance and roadside enforcement. DFI - DVA - The DVA requires a Supplier to provide assessments in relation to fitness to drive. The contract will be let in two LOTS. LOT1 is Provision of Fitness to Drive Assessment Service relates to the a paper based assessment of medical fitness to drive carried out by the supplier's medical practitioner staff and LOT2 is the provision of Specialist Medical Advisory Service to provide a specialist medical advisory service for LOT2 of this tender , conducted by the supplier's specialist consultant staff where it is considered that a specialist assessment is required in order to determine whether the driver meets the relevant medical standard on fitness to drive.",
        "status": "active",
        "items": [
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85120000",
                        "description": "Medical practice and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121200",
                        "description": "Medical specialist services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85110000",
                        "description": "Hospital and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85112000",
                        "description": "Hospital support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85111200",
                        "description": "Medical hospital services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85141000",
                        "description": "Services provided by medical personnel"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    }
                ],
                "relatedLot": "Lot 1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85120000",
                        "description": "Medical practice and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121200",
                        "description": "Medical specialist services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85110000",
                        "description": "Hospital and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85112000",
                        "description": "Hospital support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85111200",
                        "description": "Medical hospital services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85140000",
                        "description": "Miscellaneous health services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85141000",
                        "description": "Services provided by medical personnel"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85147000",
                        "description": "Company health services"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 27360000,
            "amount": 22800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "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": "2026-01-22T23:59:59+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-13T23:59:59+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-09T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "Lot 1",
                "title": "Provision of Fitness to Drive Assessment Service",
                "description": "LOT1 is Provision of Fitness to Drive Assessment Service a paper based assessment of medical fitness to drive carried out by the supplier's medical officers.",
                "status": "active",
                "value": {
                    "amountGross": 16560000,
                    "amount": 13800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "70 per cent Quality and 30 per cent Cost",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 Commencement",
                            "description": "Commencement 28 per cent"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 Service Delivery",
                            "description": "Service Delivery 17.5 per cent"
                        },
                        {
                            "type": "quality",
                            "name": "AC3 Contract Management",
                            "description": "Contract Managemement 12.6 per cent"
                        },
                        {
                            "type": "quality",
                            "name": "AC 4 Social Value",
                            "description": "Social Value 11.9 per cent"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of three (3) years with an option to extend for a further period of 2 years"
                }
            },
            {
                "id": "2",
                "title": "Provision of Specialist Medical Advisory Service",
                "description": "LOT2 is the provision of Specialist Medical Advisory Service, a specialist medical advisory service, conducted by the supplier's medical and surgical consultant staff where it is considered that a specialist assessment is required in order to determine whether the driver meets the relevant medical standard on fitness to drive.",
                "status": "active",
                "value": {
                    "amountGross": 10800000,
                    "amount": 9000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "70 per cent Quality and 30 per cent Cost",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "AC1 Commencement",
                            "description": "Commencement 28 per cent"
                        },
                        {
                            "type": "quality",
                            "name": "AC2 Service Delivery",
                            "description": "Service Delivery 17.5 per cent"
                        },
                        {
                            "type": "quality",
                            "name": "AC3 Contract Management",
                            "description": "Contract Managemement 12.6 per cent"
                        },
                        {
                            "type": "quality",
                            "name": "AC 4 Social Value",
                            "description": "Social Value 11.9 per cent"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "as per tender documents"
                        },
                        {
                            "type": "technical",
                            "description": "as per tender documents"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2029-03-31T23:59:59+01:00",
                    "maxExtentDate": "2031-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of three (3) years with an option to extend for a further period of 2 years"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "079558-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/079558-2025",
                "datePublished": "2025-12-04T08:56:08Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "For further details on invoicing procedures please see : https://www.finance-ni.gov.uk/ar ticles/account-ni-good-invoicing-practice 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 and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or increases to charges due to increases in the Real Living Wage. 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."
        }
    },
    "language": "en"
}