Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

ID 5263589 - PSNI - Provision of National Driver Offender Re-Training Schemes

  • First published: 01 November 2024
  • Last modified: 01 November 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04b1d3
Published by:
Police Service of Northern Ireland PSNI
Authority ID:
AA80652
Publication date:
01 November 2024
Deadline date:
28 November 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
80411200 Driving lessons Driving-school services
80411000 Driving-school services Various school services
80000000 Education and training services Education
80330000 Safety education services Higher education services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
justice.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.