Tender

DfI - Active School Travel Programme

  • Department for Infrastructure
  • Department for Infrastructure NI

F02: Contract notice

Notice identifier: 2022/S 000-035656

Procurement identifier (OCID): ocds-h6vhtk-0391e6

Published 16 December 2022, 12:21pm



Section one: Contracting authority

one.1) Name and addresses

Department for Infrastructure

Clarence Court, 10-18 Adelaide Street

BELFAST

BT2 8GB

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.1) Name and addresses

Department for Infrastructure NI

Clarence Court Adelaide Street

Belfast

BT2 8GB

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 involves 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 to the above-mentioned address

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 - Active School Travel Programme

Reference number

ID4350948

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. 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. The programme will be delivered to 60 level one schools; 30 level two schools; 50 level three schools and ongoing engagement with 319 schools as part of the extended support network.

two.1.5) Estimated total value

Value excluding VAT: £226,000

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
  • UKN0 - 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. 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. The programme will be delivered to 60 level one schools; 30 level two schools; 50 level three schools and ongoing engagement with 319 schools as part of the extended support network.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £226,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

6

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

Initial contract period of 6mths with 1 options to extend for a further 12mths

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.1.3) 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

16 January 2023

Local time

3:00pm

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: 16 April 2023

four.2.7) Conditions for opening of tenders

Date

16 January 2023

Local time

3:30pm


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 successful Contractor’s performance on this Contract will be managed as per the specification and 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 your performance does not improve to satisfactory levels within the specified period, this.. can be considered grounds for.. termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of.. termination, CPD may issue a Notice.. of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple.. Notices of Written Warning or a Notice of.. Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015. (as. amended) be excluded from future public.. procurement competitions for a period of up to three years

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. Any challenges are dealt with by the High Court Commercial Division to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulation

uk

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 (as... amended)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