Notice Information
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..
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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
}
]
}
}