Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street,
Leeds
LS1 2DE
procurement@southyorks.pnn.police.uk
Country
United Kingdom
NUTS code
UKE - Yorkshire and the Humber
National registration number
West Yorkshire Combined Authority
Internet address(es)
Main address
https://www.westyorks-ca.gov.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47090&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47090&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of National Driver Offender Retraining Schemes for North, South and West Yorkshire Police
Reference number
2508-2021
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The National Police Chiefs Council (NPCC) with a view to furthering road safety encourages Police Forces to provide National Driver Offender Retraining Schemes (NDORS) as a voluntary alternative to court prosecution to offending motorists who would benefit from improving their driving skills and road awareness following police intervention.
North Yorkshire Police (NYP), South Yorkshire Police (SYP) and West Yorkshire Police (WYP) are seeking a fully managed service, including venues, of NDORS from the course bookings to the course delivery and notification back to the relevant Force of each course outcome.
The intention of this tender is to award a contract for a period of 3 years with extension options of 2 x periods of 12 months.
two.1.5) Estimated total value
Value excluding VAT: £131,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
Main site or place of performance
North Yorkshire, South Yorkshire and West Yorkshire
two.2.4) Description of the procurement
The National Police Chiefs Council (NPCC) with a view to furthering road safety encourages Police Forces to provide National Driver Offender Retraining Schemes (NDORS) as a voluntary alternative to court prosecution to offending motorists who would benefit from improving their driving skills and road awareness following police intervention.
North Yorkshire Police (NYP), South Yorkshire Police (SYP) and West Yorkshire Police (WYP) are seeking a fully managed service, including venues, of NDORS from the course bookings to the course delivery and notification back to the relevant Force of each course outcome.
The intention of this tender is to award a contract for a period of 3 years with extension options of 2 x periods of 12 months.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 30%
Quality criterion - Name: Course Delivery / Weighting: 25%
Quality criterion - Name: Administration / Weighting: 10%
Quality criterion - Name: Information Management / Weighting: 10%
Quality criterion - Name: Contract Management / Weighting: 10%
Quality criterion - Name: Business Continuity / Weighting: 5%
Quality criterion - Name: Sustainability & Social Value / Weighting: 10%
Price - Weighting: 0%
two.2.6) Estimated value
Value excluding VAT: £131,000,000
two.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
2 x extension periods of 12months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 June 2022
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 18 September 2022
four.2.7) Conditions for opening of tenders
Date
20 June 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
Country
United Kingdom