Contract

DfI - Provision of Courses for Drink Drive Offenders

  • Department for Infrastructure

F21: Social and other specific services – public contracts (contract award notice)

Notice identifier: 2024/S 000-030205

Procurement identifier (OCID): ocds-h6vhtk-047b02

Published 20 September 2024, 2:30pm



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

Email

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

Email

tenderalerts@ttc-uk.com

Telephone

+44 1952607191

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.thettcgroup.com/

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.