Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Crown Office and Procurator Fiscal Service
Crown Office, 25 Chambers Street
Edinburgh
EH1 1LA
UK
Telephone: +44 3000202333
E-mail: alison.duff@copfs.gsi.gov.uk
NUTS: UKM
Internet address(es)
Main address: http://www.copfs.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00292
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:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
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
Provision of National Driver Offender Retraining Scheme (NDORS) Courses
Reference number: COPFS-2017-0083
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of National Driver Offender Retraining Schemes (NDORS) Courses.
II.1.5) Estimated total value
Value excluding VAT:
200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Scotland.
II.2.4) Description of the procurement
The Crown Office and Procurator Fiscal Service (COPFS) are seeking to appoint a single service provider or lead provider of a consortium to deliver a fully managed service (including venues) of selected courses from the National Driver Offenders Retraining Scheme (NDORS). The successful service provider will receive details of individuals identified as suitable for attending the courses from COPFS and the successful service provider will be responsible for contacting the referred individual with an offer to attend a training course within the timescales set by COPFS. The successful service provider shall manage all aspects of the service including but not limited to course bookings, course delivery, administration, collection of relevant fees and provision of any relevant management information.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contract will include the option to extend by a further 2 x 12 month periods at the sole discretion of COPFS.
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 option to add additional NDORS courses, if required, by COPFS.
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
This contract is to be fully self funding from the fees charged to referred individuals. This requirement does not meet the criteria to be advertised under The Concessions Contracts (Scotland) Regulations 2016 and is being advertised as a public contract under the Public Contracts (Scotland) Regulations 2015.
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:
For ESPD Q4A21 — the successful service provider must hold, at the time of contract award, a provisional or full license as required by the National Driver Offender Retraining Scheme (NDORS) who are the regulatory body for NDORS approved training courses. If, at the time of contract award, the service provider is unable to evidence that they hold a provisional or full license as required then their tender submission will be eliminated from the procurement exercise.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Financial criteria.
Minimum level(s) of standards required:
Tenderers must submit with their bid copies of their last two years annual accounts or equivalent. Tenderers must be able to demonstrate a Current Ratio of no less than 1. The ratio is calculated as follows: Assets/Equity (Total Balance Sheet/Total Equity). If bidders cannot demonstrate this ratio, to achieve a pass, they must confirm if they are willing to provide a parent company guarantee, or if not applicable, a performance bond. There must be no contra-indication from any evidence provided in support of the bidders economic and financial standing.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Insurance criteria.
Minimum level(s) of standards required:
ESPD Q4B5.1.a/b/c — It is requirement of this contract that tenderers hold, or can commit to obtain, prior to the commencement of any subsequently awarded contract the types and levels of insurance detailed below:
— professional indemnity insurance — minimum amount: 1 000 000 GBP,
— employer's (compulsory) liability insurance — minimum amount: 5 000 000 GBP,
— public liability insurance — minimum amount: 1 000 000 GBP.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
The successful service provider must hold, at the time of award of contract, a full or provisional license as required by the National Driver Offender Retraining Scheme (NDORS) who are the regulatory body for the provision of NDORS approved courses.
III.2.2) Contract performance conditions
As per the key performance indicators detailed in the specification.
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:
27/03/2019
Local time: 12:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
27/03/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Potentially in 2021 unless the option to extend by 2 x 12 month periods are used.
VI.3) Additional information
Economic operators may be excluded from this competition of they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=560255
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:560255)
VI.4) Procedures for review
VI.4.1) Review body
Crown Office and Procurator Fiscal Service
Crown Office, 25 Chambers Street
Edinburgh
EH1 1LA
UK
Telephone: +44 3000203000
Fax: +44 8445614069
Internet address(es)
URL: http://www.copfs.gov.uk/
VI.5) Date of dispatch of this notice
21/02/2019