Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Infrastructure
Jame House, Gasworks Business Park
BELFAST
BT7 2JA
UK
E-mail: ssdadmin.cpd@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.infrastructure-ni.gov.uk
Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement
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
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
ID 5294321 - DfI - Active School travel Programme 2024
II.1.2) Main CPV code
80550000
II.1.3) Type of contract
Services
II.1.4) Short description
DfI, in partnership with PHA, seeks to commission a new programme which will encourage and support more children to regularly walk and cycle to school. This new procurement will aim to draw together various strands of work currently undertaken by each body such as active travel programmes supporting communities and workplaces. The scope of this contract invites the design, provision and delivery of a programme of co-ordinated sustainable travel to school activities which will result in more children cycling, wheeling, scooting and walking to school more safely and more often. The programme will support schools to develop a culture of active travel within the whole school, which will be sustained after the lifetime of the programme. It will secure an increase in awareness of all participants of the benefits and challenges of travelling to and from school either as pedestrians or cyclists and support behavioural change to be more physically active throughout the day. The contract will also develop and deliver a programme of both walking and cycling skills training to increase the competence levels of all participants and better equip participants to travel to school safely by sustainable modes and provide increased opportunities for demonstrating the health and well-being benefits of active travel.
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80550000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
DfI, in partnership with PHA, seeks to commission a new programme which will encourage and support more children to regularly walk and cycle to school. This new procurement will aim to draw together various strands of work currently undertaken by each body such as active travel programmes supporting communities and workplaces. The scope of this contract invites the design, provision and delivery of a programme of co-ordinated sustainable travel to school activities which will result in more children cycling, wheeling, scooting and walking to school more safely and more often. The programme will support schools to develop a culture of active travel within the whole school, which will be sustained after the lifetime of the programme. It will secure an increase in awareness of all participants of the benefits and challenges of travelling to and from school either as pedestrians or cyclists and support behavioural change to be more physically active throughout the day. The contract will also develop and deliver a programme of both walking and cycling skills training to increase the competence levels of all participants and better equip participants to travel to school safely by sustainable modes and provide increased opportunities for demonstrating the health and well-being benefits of active travel.
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 20
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 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. This figure does not however take into account the application of indexation. Neither CPD nor the 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. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator 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 an Economic Operator 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. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/12/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
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
This contract is for an initial period of 20 months with the option to extend for a further 12 months.. . The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.. . The 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.".
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 contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
29/10/2024