Contract notice

Information

Published

Date of dispatch of this notice: 04/01/2019

Expire date: 06/02/2019

External Reference: 2019-579479

TED Reference: 2019/S 005-007077

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for Bedfordshire
N/A
Royston Police Station, Melbourn Street
Royston
SG8 7BZ
UK
Contact person: Veronica O'Mahoney
Internet address(es):
City of London Corporation acting in its capacity as the City of London Police
Guildhall
London
EC2P 2EJ
UK
Internet address(es):
Northumbria Police
Newcastle
UK
Internet address(es):
Nottinghamshire Police
Nottinghamshire
UK
Internet address(es):
The Police and Crime Commissioner for Cambridgeshire
Cambridgeshire
UK
Internet address(es):
The Police and Crime Commissioner for Derbyshire
Derbyshire
UK
Internet address(es):
The Police and Crime Commissioner for Hertfordshire
Hertfordshire
UK
Internet address(es):
The Metropolitan Police Service
London
UK
Internet address(es):
Surrey Police
Guildford
UK
Internet address(es):
Thames Valley Police
Oxon
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:  
The Police and Crime Commissioner for Bedfordshire is procuring a single supplier framework agreement whereby the contracting Authorities named can utilise the framework.
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=26758&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

Regional or local authority
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

FRAMEWORK AGREEMENT FOR THE PROVISION OF NATIONAL DRIVER OFFENDER RETRAINING
Reference number:  C-4-0181-18
II.1.2)

Main CPV code

80550000  -  Safety training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police and Crime Commissioner for Bedfordshire (the ‘Authority ’) is looking to procure a single supplier framework agreement for the provision of National Driver Offender Retraining Schemes.
The framework agreement will commence on 18th March 2019 for a period of three years (3) 17th March 2022 with the option to extend for a further one year bringing the unlimited end date to 17th March 2023
The framework agreement can be utilised by contracting Authorities named on the OJEU notice
Each Partner Organisation named on the OJEU notice will access the agreement by entering into their own Call Off contract directly with the Framework Supplier should they wish to.Call off agreements can commence from 13th June 2019 and should not exceed the duration of 4 years.
PLEASE NOTE THERE IS NO GUARANTEE OF FUTURE BUSINESS OF COMMITMENT BY ANY AUTHORITIES NAMED ON THE OJEU NOTICE
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

80000000  -  Education and training services
II.2.3)

Place of performance

Main site or place of performance:  
MK43 9AX
II.2.4)

Description of the procurement

The Police and Crime Commissioner for Bedfordshire (the ‘Authority ’) is looking to procure a single supplier framework agreement for the provision of National Driver Offender Retraining Schemes.
The framework agreement will commence on 18th March 2019 for a period of three years (3) 17th March 2022 with the option to extend for a further one year bringing the unlimited end date to 17th March 2023
The framework agreement can be utilised by contracting Authorities named on the OJEU notice
Each Partner Organisation named on the OJEU notice will access the agreement by entering into their own Call Off contract directly with the Framework Supplier should they wish to.Call off agreements can commence from 13th June 2019 and should not exceed the duration of 4 years.
There is no guarantee that contracting Authorities named on the OJEU notice will utilise the Framework Agreement
The Transfer of Undertakings (Protection of Employment) Regulation 2006 (SI 2006/246) (TUPE) may apply in respect of the award of any call off contract and that for the purposes of the Regulations the undertaking shall transfer to the Contractor on the commencement of any Contract.
The courses required under this framework will include:
• National Speed Awareness Course (incorporating NSAC 20 and NSAC 2015)
• National Motorway Awareness Scheme
• RiDE
• Safe and Considerate Driving (formerly NDAC)
• What's Driving Us? Course
PLEASE NOTE THERE IS NO GUARANTEE OF FUTURE BUSINESS OF COMMITMENT BY ANY AUTHORITIES NAMED ON THE OJEU NOTICE
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: 60000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 18/03/2019  /  End: 17/03/2023
This contract is subject to renewal: no
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.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
The Course Provider must hold a UKROEd (NDORS) licence certificate and licence schedule

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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:  06/02/2019
Local time:  12:00
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  06/02/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
VI.3)

Additional information

Each authority named on the OJEU notice will access the agreement by entering into their own Call Off contract directly with the Framework Supplier should they wish to.
There is no guarantee that contracting Authorities named on the OJEU notice will utilise the Framework Agreement
Call off agreements can commence from 13th June 2019 and should not exceed the duration of 4 years.
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

Joint Procurement Unit for BCH
Royston Police Staiton, Melbourn St,
Royston
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please see article 54.5 of Part 54 of the Judicial Review and Statutory Review procedure available at https://www.justice.gov.uk/courts/procedure-rules/civil/rules/part54#54.5
VI.4.4)

Service from which information about the review procedure may be obtained

Joint Procurement Unit for BCH
Royston Police Staiton, Melbourn St,
Royston
SG8 7BZ
UK