Award

DfI - Provision of Courses for Drink Drive Offenders

DEPARTMENT FOR INFRASTRUCTURE

This public procurement record has 2 releases in its history.

Award

20 Sep 2024 at 13:30

Tender

05 Jul 2024 at 11:14

Summary of the contracting process

The Department for Infrastructure (DfI) has completed the procurement process for the provision of courses for drink drive offenders. This contract, classified under the education and training services category (CPV code: 80000000), is valued at £377,375 GBP and was awarded to TTC GROUP UK PLC. The procurement was conducted through an open procedure, adhering to the Public Contracts Regulations 2015. Key dates include the contract award date of 19th September 2024 and the start date for the course provision set for 1st October 2024. The initiative will serve the UK region, specifically Northern Ireland (UKN0), and aims to support courts by providing a sentencing option that allows for the reduction of disqualification periods for offenders who successfully complete the approved Course for Drink Drive Offenders (CDDO).

This tender presents a significant opportunity for businesses specialising in education and training services, particularly those with experience in legal or court-mandated training programmes. The contract's substantial value and defined monitoring criteria establish a stable business venture for the awarded vendor. SMEs with innovative training solutions and a robust compliance framework are well-suited for such tenders, fostering both community impact and business growth. By joining this contractual effort, businesses can enhance their portfolio, demonstrate their capability to contribute to public safety initiatives, and forge valuable partnerships with governmental bodies.

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

DfI - Provision of Courses for Drink Drive Offenders

Notice 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.

Lot Information

Lot 1

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. 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..

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-047b02
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030205-2024
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
£377,375 £100K-£500K
Lots Value
£377,375 £100K-£500K
Awards Value
Not specified
Contracts Value
£377,375 £100K-£500K

Notice Dates

Publication Date
20 Sep 20241 years ago
Submission Deadline
6 Aug 2024Expired
Future Notice Date
Not specified
Award Date
18 Sep 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR INFRASTRUCTURE
Contact Name
ssdadmin.cpdfinance-ni.gov.uk
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Central
Westminster Constituency
Belfast South and Mid Down

Supplier Information

Number of Suppliers
1
Supplier Name

TTC GROUP

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-047b02-2024-09-20T14:30:34+01:00",
    "date": "2024-09-20T14:30:34+01:00",
    "ocid": "ocds-h6vhtk-047b02",
    "description": "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; not to award any contract as a result of the procurement process commenced by publication of this notice; to make whatever changes it may see fit to the content and structure of the tendering. Competition; to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and to award contract(s) in stages and. in no circumstances will the Authority be liable for any costs incurred by candidates.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-047b02",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DfI - Provision of Courses for Drink Drive Offenders",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 377375,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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. 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..",
                "value": {
                    "amount": 377375,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2024-08-06T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-117647",
            "name": "Department for Infrastructure",
            "identifier": {
                "legalName": "Department for Infrastructure"
            },
            "address": {
                "streetAddress": "James House, 2-4 Cromac Avenue",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ssdadmin.cpdfinance-ni.gov.uk",
                "email": "ssdadmin.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-117648",
            "name": "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 amende",
            "identifier": {
                "legalName": "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 amende"
            },
            "address": {
                "locality": "United kingdom",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-124859",
            "name": "Department for Infrastructure",
            "identifier": {
                "legalName": "Department for Infrastructure"
            },
            "address": {
                "streetAddress": "James House, 2-4 Cromac Avenue",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT7 2JA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ssdadmin.cpdfinance-ni.gov.uk",
                "email": "ssdadmin.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-124860",
            "name": "TTC GROUP UK PLC",
            "identifier": {
                "legalName": "TTC GROUP UK PLC"
            },
            "address": {
                "streetAddress": "Hadley Park East",
                "locality": "TELFORD",
                "region": "UK",
                "postalCode": "TF1 6QJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1952607191",
                "email": "tenderalerts@ttc-uk.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.thettcgroup.com/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-24987",
            "name": "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",
            "identifier": {
                "legalName": "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"
            },
            "address": {
                "locality": "United Kingdom",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-124859",
        "name": "Department for Infrastructure"
    },
    "language": "en",
    "awards": [
        {
            "id": "030205-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-124860",
                    "name": "TTC GROUP UK PLC"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "030205-2024-1-1",
            "awardID": "030205-2024-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 377375,
                "currency": "GBP"
            },
            "dateSigned": "2024-09-19T00:00:00+01:00"
        }
    ],
    "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": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}