Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland PSNI
Police Headquarters, 65 Knock Road
BELFAST
BT5 6LD
Contact
Justice Sector Procurement - PSNI
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.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
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
ID 5263589 - PSNI - Provision of National Driver Offender Re-Training Schemes
Reference number
ID 5263589
two.1.2) Main CPV code
- 80411000 - Driving-school services
two.1.3) Type of contract
Services
two.1.4) Short description
The Police Service of Northern Ireland (PSNI) seek a Contractor to facilitate the Delivery of Driver Educational Course Programmes on behalf of PSNI across Northern Ireland. The Contractor will be required to deliver the following Educational Courses, presently: National Safe and Considerate Driving Course (SCD); National Speed Awareness Courses (NSAC); National What’s Driving us (WDU); and National Rider Risk Assessment Course (NRRAC) will be considered. Please refer to the Specification of Requirements for further information.
two.1.5) Estimated total value
Value excluding VAT: £640,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80411200 - Driving lessons
- 80000000 - Education and training services
- 80330000 - Safety education services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Northern Ireland
two.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) seek a Contractor to facilitate the Delivery of Driver Educational Course Programmes on behalf of PSNI across Northern Ireland. The Contractor will be required to deliver the following Educational Courses, presently: National Safe and Considerate Driving Course (SCD); National Speed Awareness Courses (NSAC); National What’s Driving us (WDU); and National Rider Risk Assessment Course (NRRAC) will be considered. Please refer to the Specification of Requirements for further information.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £640,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be for an initial period of 3 years. There is one optional extension period comprising of up to 24 months.
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
The figure indicated in Section II 1.5 and Section II .2.6 represents an estimated contract value. This value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. Neither CPD nor the PSNI can provide any guarantee as to the level of business under this contract. The successful Contractors performance on the contract will be regularly monitored and subject to Key Performance Indicators. 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 the contract may be terminated.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the tender documentation.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance will be subject to the conditions specified in the contract and the successful Supplier’s performance on the contract will be regularly monitored. The contract includes Social Value Performance clauses which the Contractor which the contractor will be required to deliver.
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
Originally published as:
Date
28 November 2024
Local time
3:00pm
Changed to:
Date
9 December 2024
Local time
3:00pm
See the change notice.
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: 28 March 2025
four.2.7) Conditions for opening of tenders
Date
9 December 2024
Local time
12:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contract will be for an initial period of 3 years. There is an optional extension period comprising of up to 24 months.The successful Contractors performance on the contract will be regularly monitored and subject to Key Performance Indicators. 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 the contract may be terminated. The Authority expressly reserves the rights not to award any contract as a result of the procurement process commenced by publication of this notice.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. 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.
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 and where appropriate will incorporate a standstill period (i.e a minimum of 10 calendar days) at the point information on the award of the contract. is communicated to tenderers. That notification will provide full information on the award decision. This provides time for unsuccessful. tenderers to challenge the award decision before the contract is entered into..
six.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. 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.
Belfast
Country
United Kingdom