Section one: Contracting authority
one.1) Name and addresses
Department for Infrastructure
James House, 2-4 Cromac Avenue
BELFAST
BT7 2JA
Contact
ssdadmin.cpdfinance-ni.gov.uk
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DfI - Provision of Courses for Drink Drive Offenders
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
Drink drive courses are currently used as part of a sentencing option in courts. Where an offender is disqualified for 12 months or more in respect of an alcohol-related driving offence, the court must (unless for special reasons it thinks it would be inappropriate to do so) order that the period of disqualification be reduced if the offender satisfactorily completes an approved Course for Drink Drive Offenders (CDDO/the course). The Department for Infrastructure (DfI) wishes to appoint a Contractor (i.e. a course provider) to provide courses for drink drive offenders from 1st October 2024.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £377,375
two.2) Description
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement
Drink drive courses are currently used as part of a sentencing option in courts. Where an offender is disqualified for 12 months or more in respect of an alcohol-related driving offence, the court must (unless for special reasons it thinks it would be inappropriate to do so) order that the period of disqualification be reduced if the offender satisfactorily completes an approved Course for Drink Drive Offenders (CDDO/the course). The Department for Infrastructure (DfI) wishes to appoint a Contractor (i.e. a course provider) to provide courses for drink drive offenders from 1st October 2024.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Section II.1.7 details the estimated total value of the contract. This value reflects the potential scale of the contract, however, neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The successful contractor’s performance on the contract 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 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 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 twelve months from the date of issue of the Notice..
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-020575
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 September 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
five.2.3) Name and address of the contractor
TTC GROUP UK PLC
Hadley Park East
TELFORD
TF1 6QJ
Telephone
+44 1952607191
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £377,375
Total value of the contract/lot: £377,375
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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
United Kingdom
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.