Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Police Service of Northern Ireland
303 Airport Road West
Belfast
BT3 9ED
UK
Contact person: justice.cpdfinance-ni.gov.uk
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
Tenders or requests to participate must be sent to the abovementioned address
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
PSNI — National and Local Driver Offender Re-Training Schemes
II.1.2) Main CPV code
80411000
II.1.3) Type of contract
Services
II.1.4) Short description
The PSNI requires a contractor for the delivery of driver educational course programmes across Northern Ireland. The appointed contractor must have the capacity and capability to deliver the the following educational courses, presently:
— National Driver Alertness Course (DAC),
— National Speed Awareness (SAC), and
— Rider Intervention and Development Experience (RIDE).
II.1.5) Estimated total value
Value excluding VAT:
460 000.00
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
II.2.4) Description of the procurement
The PSNI requires a contractor for the delivery of driver educational course programmes across Northern Ireland. The appointed contractor must have the capacity and capability to deliver the the following educational courses, presently:
— National Driver Alertness Course (DAC),
— National Speed Awareness (SAC), and
— Rider Intervention and Development Experience (RIDE).
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:
460 000.00
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:
3-year initial period with an option to extend for 2 years.
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:
3-year initial period with an option to extend for 2 years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/06/2019
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:
10/09/2019
IV.2.7) Conditions for opening of tenders
Date:
12/06/2019
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
Contract monitoring:
The successful contractor's performance will be regularly monitored. 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 construction and procurement delivery 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 written warning and a notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and a notice of unsatisfactory performance will 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 up to 3 years from the date of issue of the 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
N/A
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures. CPD will comply with the Public Contracts Regulations 2015 and where appropriate, will incorporate standstill period (i.e. a minimum of 10 calendar days) at the point information on 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.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
N/A
UK
VI.5) Date of dispatch of this notice
08/05/2019