Tender

ID 5294321 - DfI - Active School travel Programme 2024

  • Department for Infrastructure

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

Notice identifier: 2024/S 000-034977

Procurement identifier (OCID): ocds-h6vhtk-04b223

Published 29 October 2024, 11:26am



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Jame House, Gasworks Business Park

BELFAST

BT7 2JA

Email

ssdadmin.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.infrastructure-ni.gov.uk

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

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

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 5294321 - DfI - Active School travel Programme 2024

two.1.2) Main CPV code

  • 80550000 - Safety training services

two.1.3) Type of contract

Services

two.1.4) Short description

DfI, in partnership with PHA, seeks to commission a new programme which will encourage and support more children to regularly walk and cycle to school. This new procurement will aim to draw together various strands of work currently undertaken by each body such as active travel programmes supporting communities and workplaces. The scope of this contract invites the design, provision and delivery of a programme of co-ordinated sustainable travel to school activities which will result in more children cycling, wheeling, scooting and walking to school more safely and more often. The programme will support schools to develop a culture of active travel within the whole school, which will be sustained after the lifetime of the programme. It will secure an increase in awareness of all participants of the benefits and challenges of travelling to and from school either as pedestrians or cyclists and support behavioural change to be more physically active throughout the day. The contract will also develop and deliver a programme of both walking and cycling skills training to increase the competence levels of all participants and better equip participants to travel to school safely by sustainable modes and provide increased opportunities for demonstrating the health and well-being benefits of active travel.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80550000 - Safety training services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

DfI, in partnership with PHA, seeks to commission a new programme which will encourage and support more children to regularly walk and cycle to school. This new procurement will aim to draw together various strands of work currently undertaken by each body such as active travel programmes supporting communities and workplaces. The scope of this contract invites the design, provision and delivery of a programme of co-ordinated sustainable travel to school activities which will result in more children cycling, wheeling, scooting and walking to school more safely and more often. The programme will support schools to develop a culture of active travel within the whole school, which will be sustained after the lifetime of the programme. It will secure an increase in awareness of all participants of the benefits and challenges of travelling to and from school either as pedestrians or cyclists and support behavioural change to be more physically active throughout the day. The contract will also develop and deliver a programme of both walking and cycling skills training to increase the competence levels of all participants and better equip participants to travel to school safely by sustainable modes and provide increased opportunities for demonstrating the health and well-being benefits of active travel.

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

20

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 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. This figure does not however take into account the application of indexation. Neither CPD nor the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 December 2024

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

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

This contract is for an initial period of 20 months with the option to extend for a further 12 months.. . The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 can 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 three years from the date of issue.. . The Authority expressly reserves the rights:. . (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages.. . and in no circumstances will the Authority be liable for any costs incurred by candidates.".

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 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.