Award

The Provision of National Driver Offender Retraining Schemes for North, South and West Yorkshire Police

WEST YORKSHIRE COMBINED AUTHORITY

This public procurement record has 3 releases in its history.

Award

09 Dec 2022 at 18:54

TenderUpdate

27 May 2022 at 11:27

Tender

19 May 2022 at 21:41

Summary of the contracting process

The West Yorkshire Combined Authority has completed the award process for the provision of National Driver Offender Retraining Schemes for North, South, and West Yorkshire Police. The contract covers educational and training services and aims to enhance road safety through voluntary NDORS programs. The contract period is set for 3 years starting from 29th November 2022, with options for two 12-month extensions. The procurement method undertaken was an open procedure.

This tender presents business growth opportunities for firms providing educational and training services, particularly those experienced in managing driver retraining schemes. Businesses offering quality service delivery, course delivery, administration, and information management are well-suited to compete. Interested companies should align their offerings with the sustainability and social value criteria highlighted in the evaluation process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Provision of National Driver Offender Retraining Schemes for North, South and West Yorkshire Police

Notice Description

Following a collaborative tender process, North Yorkshire Police (NYP), South Yorkshire Police (SYP) and West Yorkshire Police (WYP) have each awarded a local contract to one provider for the provision of a fully managed NDORS service. The National Police Chiefs Council (NPCC) with a view to furthering road safety encourages Police Forces to provide National Driver Offender Retraining Schemes (NDORS) as a voluntary alternative to court prosecution to offending motorists who would benefit from improving their driving skills and road awareness following police intervention. Each local contract has been awarded for a period of 3 years commencing on the 29th November 2022, with extension options of 2 x 12-month periods.

Lot Information

Lot 1

Following a collaborative tender process, North Yorkshire Police (NYP), South Yorkshire Police (SYP) and West Yorkshire Police (WYP) have each awarded a local contract for a fully managed NDORS service. The National Police Chiefs Council (NPCC) with a view to furthering road safety encourages Police Forces to provide National Driver Offender Retraining Schemes (NDORS) as a voluntary alternative to court prosecution to offending motorists who would benefit from improving their driving skills and road awareness following police intervention. The contracts have been awarded for a period of 3 years commencing on the 29th November 2022, with extension options of 2 x 12-month periods.

Renewal: 2 x extension periods of 12months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-033b7f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034995-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
£131,000,000 £100M-£1B
Lots Value
£131,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£110,000,000 £100M-£1B

Notice Dates

Publication Date
9 Dec 20223 years ago
Submission Deadline
20 Jun 2022Expired
Future Notice Date
Not specified
Award Date
29 Nov 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WEST YORKSHIRE COMBINED AUTHORITY
Contact Name
Not specified
Contact Email
procurement@southyorks.pnn.police.uk
Contact Phone
Not specified

Buyer Location

Locality
LEEDS
Postcode
LS1 2DE
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLE Yorkshire and The Humber

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

Supplier Information

Number of Suppliers
1
Supplier Name

TTC 2000

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-033b7f-2022-12-09T18:54:46Z",
    "date": "2022-12-09T18:54:46Z",
    "ocid": "ocds-h6vhtk-033b7f",
    "initiationType": "tender",
    "tender": {
        "id": "2508-2021",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Provision of National Driver Offender Retraining Schemes for North, South and West Yorkshire Police",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "mainProcurementCategory": "services",
        "description": "Following a collaborative tender process, North Yorkshire Police (NYP), South Yorkshire Police (SYP) and West Yorkshire Police (WYP) have each awarded a local contract to one provider for the provision of a fully managed NDORS service. The National Police Chiefs Council (NPCC) with a view to furthering road safety encourages Police Forces to provide National Driver Offender Retraining Schemes (NDORS) as a voluntary alternative to court prosecution to offending motorists who would benefit from improving their driving skills and road awareness following police intervention. Each local contract has been awarded for a period of 3 years commencing on the 29th November 2022, with extension options of 2 x 12-month periods.",
        "value": {
            "amount": 131000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Following a collaborative tender process, North Yorkshire Police (NYP), South Yorkshire Police (SYP) and West Yorkshire Police (WYP) have each awarded a local contract for a fully managed NDORS service. The National Police Chiefs Council (NPCC) with a view to furthering road safety encourages Police Forces to provide National Driver Offender Retraining Schemes (NDORS) as a voluntary alternative to court prosecution to offending motorists who would benefit from improving their driving skills and road awareness following police intervention. The contracts have been awarded for a period of 3 years commencing on the 29th November 2022, with extension options of 2 x 12-month periods.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery",
                            "type": "quality",
                            "description": "30%"
                        },
                        {
                            "name": "Course Delivery",
                            "type": "quality",
                            "description": "25%"
                        },
                        {
                            "name": "Administration",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Information Management",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Business Continuity",
                            "type": "quality",
                            "description": "5%"
                        },
                        {
                            "name": "Sustainability & Social Value",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "type": "price",
                            "description": "0%"
                        }
                    ]
                },
                "value": {
                    "amount": 131000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x extension periods of 12months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKE"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Yorkshire, South Yorkshire and West Yorkshire"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47090&B=BLUELIGHT",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-06-20T13:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-09-18T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-06-20T13:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-06-20T13:00:00+01:00"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "where": {
                            "section": "3.2.12",
                            "label": "ITT Statement of Requirements"
                        }
                    },
                    {
                        "where": {
                            "section": "3.3.10",
                            "label": "ITT Statement of Requirements"
                        }
                    },
                    {
                        "where": {
                            "section": "3.3.12",
                            "label": "ITT Statement of Requirements"
                        }
                    },
                    {
                        "where": {
                            "section": "2",
                            "label": "ITT Response to Tender, Part 4"
                        }
                    }
                ],
                "description": "ITT Statement of Requirements, paragraph 3.2.12 has been amended to: - Course participants will be referred to the Service Provider by the relevant police force. Course participants are expected to attend and complete a course within 120 days of their offence taking place. ITT Statement of Requirements, paragraph 3.3.10 has been amended to: - Service Providers must ensure that details of course participants who complete NDORS courses are entered on DORS+ in accordance with the System Operating Procedures, a copy of which is available from UKROEd. ITT Statement of Requirements, paragraph 3.3.12 has been amended to: - In the event of an individual booking and paying for a course who does not complete that course, then a refund of the central fee will be made in accordance with the provider's terms and conditions on this matter. The provider is required to have terms and conditions that address the terms of payments and refunds relating to all courses, and that supports the ethos of client centred service delivery. These terms and conditions should include, but are not limited to: * Course Booking * Course Fee/Payment * Changes to bookings * Course Re-arrangement * Special requirements ITT Response to Tender, Part 4 Gateway Questions, Question No.2 has been amended to: - Confirm that you are signed up to the UKROEd Limited 'Data Processing Addendum' (DPA), or if you are a newly licenced provider that you are willing to sign up to the UKROEd Limited 'Data Processing Addendum' (DPA). The revised ITT Statement of Requirements and ITT Response to Tender have been uploaded and are available in the e-tendering system: https://bluelight.eu-supply.com/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-53276",
            "name": "West Yorkshire Combined Authority",
            "identifier": {
                "legalName": "West Yorkshire Combined Authority",
                "id": "West Yorkshire Combined Authority"
            },
            "address": {
                "streetAddress": "Wellington House, 40-50 Wellington Street,",
                "locality": "Leeds",
                "region": "UKE",
                "postalCode": "LS1 2DE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@southyorks.pnn.police.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47090&B=BLUELIGHT"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westyorks-ca.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4268",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "streetAddress": "7 Rools Buildings, Fetter Lane",
                "locality": "London",
                "postalCode": "EC4A 1NL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.judiciary.gov.uk"
            }
        },
        {
            "id": "GB-FTS-70492",
            "name": "TTC 2000 Ltd",
            "identifier": {
                "legalName": "TTC 2000 Ltd",
                "id": "08446911"
            },
            "address": {
                "streetAddress": "Hadley Park East",
                "locality": "Telford",
                "region": "UKG2",
                "postalCode": "TF1 6QJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.thettcgroup.com/",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-53276",
        "name": "West Yorkshire Combined Authority"
    },
    "language": "en",
    "awards": [
        {
            "id": "034995-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "The Provision of National Driver Offender Retraining Schemes for North, South and West Yorkshire Police",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-70492",
                    "name": "TTC 2000 Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "034995-2022-1-1",
            "awardID": "034995-2022-1-1",
            "title": "The Provision of National Driver Offender Retraining Schemes for North, South and West Yorkshire Police",
            "status": "active",
            "value": {
                "amount": 110000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-11-29T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}