Contract notice

Information

Published

Expire date: 20/06/2022

External Reference: 2022-585475

FTS Reference: 2022-013530

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street,
Leeds
LS1 2DE
UK
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
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=47090&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

The Provision of National Driver Offender Retraining Schemes for North, South and West Yorkshire Police
Reference number:  2508-2021
II.1.2)

Main CPV code

80000000  -  Education and training services
II.1.3)

Type of contract

Services
II.1.4)

Short description

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.
North Yorkshire Police (NYP), South Yorkshire Police (SYP) and West Yorkshire Police (WYP) are seeking a fully managed service, including venues, of NDORS from the course bookings to the course delivery and notification back to the relevant Force of each course outcome.
The intention of this tender is to award a contract for a period of 3 years with extension options of 2 x periods of 12 months.
II.1.5)

Estimated total value

Value excluding VAT: 131000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

80000000  -  Education and training services
II.2.3)

Place of performance

NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
Main site or place of performance:  
North Yorkshire, South Yorkshire and West Yorkshire
II.2.4)

Description of the procurement

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.
North Yorkshire Police (NYP), South Yorkshire Police (SYP) and West Yorkshire Police (WYP) are seeking a fully managed service, including venues, of NDORS from the course bookings to the course delivery and notification back to the relevant Force of each course outcome.
The intention of this tender is to award a contract for a period of 3 years with extension options of 2 x periods of 12 months.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Service Delivery  /  Weighting:  30%
Quality criterion  -  Name:  Course Delivery  /  Weighting:  25%
Quality criterion  -  Name:  Administration  /  Weighting:  10%
Quality criterion  -  Name:  Information Management  /  Weighting:  10%
Quality criterion  -  Name:  Contract Management  /  Weighting:  10%
Quality criterion  -  Name:  Business Continuity  /  Weighting:  5%
Quality criterion  -  Name:  Sustainability & Social Value  /  Weighting:  10%
Price  -  Weighting:  0%
II.2.6)

Estimated value

Value excluding VAT: 131000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
2 x extension periods of 12months
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

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:  20/06/2022
Local time:  13:00
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

Tender must be valid until:  18/09/2022
IV.2.7)

Conditions for opening of tenders

Date:  20/06/2022
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk