Contract notice

Information

Published

Date of dispatch of this notice: 26/02/2018

Expire date: 04/05/2018

External Reference: 2018-214504

TED Reference: 2018/S 041-089825

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

South West Police Procurement Department (SWPPD)
N/A
Middlemoor
Exeter
EX2 7HQ
UK
Contact person: Mandy Jane
Telephone: +44 01392225657
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=23442&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Administration & Hosting of Interactive Online Awareness Courses
Reference number:  236T
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Services
II.1.4)

Short description

UKROEd Ltd is looking to establish a contractual relationship with a Managed Service Provider to administer and host the delivery of the managed service to enable participation of interactive courses and the collection of delegates’ information and cost recovery fees.
The Customer may invite the Managed Service Provider to put forward a proposal for hosting and administering further awareness courses during the duration of the Contract, however the MSP should be aware that this is not guaranteed.
II.1.5)

Estimated total value

Value excluding VAT: 1000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

UKROEd Ltd is a private not-for-profit company which conducts the management and administration of the NDORS Scheme on behalf of Road Safety Trust. The Road Safety Trust is a charity whose members are the 44 police forces of England, Wales and Northern Ireland. The functions of UKROEd Ltd is to provide a suite of national driver offender retraining course specifications, quality assure and licence trainers and providers and enable the public to choose where to attend their course from anywhere in the UK, as well as the collection and distribution of course provider administration charges and force Enforcement Cost Recovery charges.
UKROEd Ltd is looking to establish a contractual relationship with a Managed Service Provider to administer and host the delivery of the managed service to enable participation of interactive courses and the collection of delegates’ information and cost recovery fees.
The Customer may invite the Managed Service Provider to put forward a proposal for hosting and administering further awareness courses during the duration of the Contract, however the MSP should be aware that this is not guaranteed.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:  
Initial Contract duration 3 years with option to extend up to 48 months in 12 monthly segments.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  documentation available on Bluelight EU-Supply
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
documentation available on Bluelight EU-Supply
Minimum level(s) of standards possibly required:  
documentation available on Bluelight EU-Supply
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
documentation available on Bluelight EU-Supply
Minimum level(s) of standards possibly required:  
documentation available on Bluelight EU-Supply
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

documentation available on Bluelight EU-Supply
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/04/2018
Local time:  16:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 8  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  20/04/2018
Local time:  16:00
Place:  
Electronically from Bluelight EU-Supply portal
Information about authorised persons and opening procedure:  
Opened electronically from Bluelight EU-Supply portal by procurement representative.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
7 years
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of Justice
Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

CEDR
London
UK
Internet address: http://www.cedr.com/

VI.4.4)

Service from which information about the review procedure may be obtained

CEDR
London
UK
Internet address: http://www.cedr.com/