Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Service of Northern Ireland PSNI
Police Headquarters, 65 Knock Road
BELFAST
BT5 6LD
UK
Contact person: Justice Sector Procurement - PSNI
E-mail: justice.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/epps
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 5263589 - PSNI - Provision of National Driver Offender Re-Training Schemes
Reference number: ID 5263589
II.1.2) Main CPV code
80411000
II.1.3) Type of contract
Services
II.1.4) Short description
The Police Service of Northern Ireland (PSNI) seek a Contractor to facilitate the Delivery of Driver Educational Course Programmes on behalf of PSNI across Northern Ireland. The Contractor will be required to deliver the following Educational Courses, presently: National Safe and Considerate Driving Course (SCD); National Speed Awareness Courses (NSAC); National What’s Driving us (WDU); and National Rider Risk Assessment Course (NRRAC) will be considered. Please refer to the Specification of Requirements for further information.
II.1.5) Estimated total value
Value excluding VAT:
640 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80411200
80000000
80330000
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
Northern Ireland
II.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) seek a Contractor to facilitate the Delivery of Driver Educational Course Programmes on behalf of PSNI across Northern Ireland. The Contractor will be required to deliver the following Educational Courses, presently: National Safe and Considerate Driving Course (SCD); National Speed Awareness Courses (NSAC); National What’s Driving us (WDU); and National Rider Risk Assessment Course (NRRAC) will be considered. Please refer to the Specification of Requirements for further information.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
640 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract will be for an initial period of 3 years. There is one optional extension period comprising of up to 24 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The figure indicated in Section II 1.5 and Section II .2.6 represents an 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. Neither CPD nor the PSNI can provide any guarantee as to the level of business under this contract. The successful Contractors performance on the contract will be regularly monitored and subject to Key Performance Indicators. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and the contract may be terminated.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the tender documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Contract performance will be subject to the conditions specified in the contract and the successful Supplier’s performance on the contract will be regularly monitored. The contract includes Social Value Performance clauses which the Contractor which the contractor will be required to deliver.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/11/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
28/03/2025
IV.2.7) Conditions for opening of tenders
Date:
09/12/2024
Local time: 00:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contract will be for an initial period of 3 years. There is an optional extension period comprising of up to 24 months.The successful Contractors performance on the contract will be regularly monitored and subject to Key Performance Indicators. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and the contract may be terminated. The Authority expressly reserves the rights not to award any contract as a result of the procurement process commenced by publication of this notice.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPD will comply with the Public Contracts Regulations 2015 and where appropriate will incorporate a standstill period (i.e a minimum of 10 calendar days) at the point information on the award of the contract. is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful. tenderers to challenge the award decision before the contract is entered into..
VI.4.4) Service from which information about the review procedure may be obtained
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.
Belfast
UK
VI.5) Date of dispatch of this notice
28/10/2024