Essex County Council Driver Training Framework
ECC is seeking to appoint Driver Trainers onto a Framework Agreement, using the Light Touch Regime.
United Kingdom-Chelmsford: Education and training services
2019/S 135-332742
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
County Hall, Market Road
Chelmsford
CM1 1QH
United Kingdom
Contact person: Mark Glenister
Telephone: +44 3330136379
E-mail: mark.glenister@essex.gov.uk
NUTS code: UKH3
Address of the buyer profile: www.essex.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
0665 Driver Training (NDORS and Non-NDORS)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
ECC is seeking to appoint Driver Trainers onto a Framework Agreement, using the Light Touch Regime, to deliver both Theory and Practical Training Courses, covering National Driver Offender Re-training Scheme (NDORS) courses, other non-NDORS courses, commissioned by the Safer Essex Roads Partnership (SERP), and in-house driving-related courses. Courses will be delivered at venues throughout Essex. The Framework is split into 6 Nos Lots. Bidders can apply for all lots, however the successful bidder for Lot A6 will be precluded from being appointed to Lots A1 — A5. There is no limit on the number of suppliers appointed to the Framework for Lots A1 — A5. Lot A6 is limited to 1 supplier. The Framework Agreement duration will be 4 years. Bidder Event Days will be held on 23.7.2019 and 24.7.2019, please contact sally.plail@essex.gov.uk for details of the events.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
NDORS Theory Trainer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
NDORS Theory Licenced Trainers to deliver NDORS Theory Courses.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please note, the breakdown of the 3 500 000 GBP total value of the framework is not currently available, and therefore the mandatory estimated values per lot do not represent the breakdown, and should not be relied upon as such.
II.2.1)Title:
NDORS Practical Trainer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
NDORS Practical Licenced Trainers to deliver NDORS Practical Courses.
For this lot the Authority will also consider non-licenced bidders who meet specific competency requirements and are willing to work towards passing the relevant NDORS accreditation course within 1 year. Work cannot be allocated to successful bidders under this Lot until a relevant NDORS Practical Licence has been obtained.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please note, the breakdown of the 3 500 000 GBP total value of the framework is not currently available, and therefore the mandatory estimated values per Lot do not represent the breakdown, and should not be relied upon as such.
II.2.1)Title:
In-House Training — Theory Trainer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Trainers to deliver in-House Theory Courses, including courses for the users of lease cars provided by the ECC Car Provision Scheme.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please note, the breakdown of the 3 500 000 GBP total value of the framework is not currently available, and therefore the mandatory estimated values per lot do not represent the breakdown, and should not be relied upon as such.
II.2.1)Title:
In-House Training — Practical Trainer
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Trainers to deliver in-House Practical Courses, including courses for the users of lease cars.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please note, the breakdown of the 3 500 000 GBP total value of the framework is not currently available, and therefore the mandatory estimated values per Lot do not represent the breakdown, and should not be relied upon as such.
II.2.1)Title:
Trainer to Deliver any Other Driver Interaction Course Commissioned by SERP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This lot will be a mix of theory and practical courses.
The SERP is currently developing Driver Intervention courses which will be delivered to a variety of road user groups. This may include business users, older drivers, younger drivers and any other identified road user group. Interventions may be theory-based and/or practical.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please note, the breakdown of the 3 500 000 GBP total value of the framework is not currently available, and therefore the mandatory estimated values per lot do not represent the breakdown, and should not be relied upon as such.
II.2.1)Title:
A qualified NDORS Monitor/Behaviour Change Specialist
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
A qualified monitor/behavioural change specialist is required to ensure the quality assurance of NDORS courses and the development of NDORS trainers. This role will also monitor, quality assure and assist the development of other road safety interventions, the development of the SERP team, and provide support and mentoring to the ECC employed monitor.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please note, the breakdown of the 3 500 000 GBP total value of the framework is not currently available, and therefore the mandatory estimated values per lot do not represent the breakdown, and should not be relied upon as such.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
ECC considers that this contract may be suitable for SMEs, however any selection of tenderers will be based solely on the criteria set out for the procurement. All communications relating to this procurement exercise must be sent via the BiP Delta portal message facility. ECC reserves the right to amend timescales and change the evaluation criteria if there are genuine omissions or mistakes. We reserve the right to cancel the procurement and/or not to award all or part of a contract and will not be responsible for any supplier bidding costs incurred. Please note, although IV.1.1). states that this is an open procedure, it is in fact a Light Touch Regime. The tender submission deadline is: 12:00 on 19.8.2019.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
The Strand
London
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice: