Contract

ID 4890047 - Police Service of Northern Ireland (PSNI) - Managed Vehicle Recovery Service

  • Police Service of Northern Ireland
  • Department for Infrastructure NI
  • Northern Ireland Environment Agency
  • Northern Ireland Environment Agency
  • Health and Safety Executive for Northern Ireland
Show 3 more buyers Show fewer buyers
  • NI Fire and Rescue Service
  • Belfast Harbour Police
  • National Crime Agency

F03: Contract award notice

Notice identifier: 2024/S 000-003453

Procurement identifier (OCID): ocds-h6vhtk-03eef0

Published 2 February 2024, 8:10am



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

c/o CPD, Clare House, 303 Airport Road West

BELFAST

BT3 9ED

Contact

Justice Sector

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Department for Infrastructure NI

Clarence Court Adelaide Street

Belfast

BT2 8GB

Email

info@infrastructure-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Northern Ireland Environment Agency

Clare House, 303 Airport Road West

Belfast

BT3 9ED

Email

nieainfo@daera-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Northern Ireland Environment Agency

Clare House, 303 Airport Road West

Belfast

BT3 9ED

Email

daera.helpline@daera-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Health and Safety Executive for Northern Ireland

83 Ladas Drive

Belfast

BT6 9FR

Email

mail@hseni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

NI Fire and Rescue Service

1 Seymour Street

Lisburn

BT27 4SX

Email

informationunit@nifrs.org

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.1) Name and addresses

Belfast Harbour Police

Milewater Basin, Dufferin Road,

Belfast

BT3 9AF

Email

belfastharbourpolice@belfast-harbour.co.uk

Country

United Kingdom

Region code

UKN06 - Belfast

Internet address(es)

Main address

https://www.belfast-harbour.co.uk/belfast-harbour-police

one.1) Name and addresses

National Crime Agency

Belfast

Email

communication@nca.x.gsi.gov.uk

Country

United Kingdom

Region code

UKN06 - Belfast

Internet address(es)

Main address

https://www.nationalcrimeagency.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 4890047 - Police Service of Northern Ireland (PSNI) - Managed Vehicle Recovery Service

Reference number

ID 4890047

two.1.2) Main CPV code

  • 50118000 - Automobile emergency road services

two.1.3) Type of contract

Services

two.1.4) Short description

The public, through the Police, are entitled to a fast and effective vehicle recovery service. To provide this service the PSNI intends to appoint a Managing Agent (Contractor) to manage a vehicle recovery service throughout all of Northern Ireland. Analysis of statistical data relating to the numbers of vehicle removals across Northern Ireland has indicated that there are approximately 7500 vehicle removals per annum, with approximately 95 per cent of these removals being of vehicles falling into the Light Vehicle category. This data is being provided solely for information purposes and the PSNI cannot guarantee the quantity of recoveries or volume of business that will arise from this contract. The Contractor will be directly responsible for the appointment and management of all Vehicle Recovery Operators (VROs) appointed to provide services under this scheme. The VRO requirements that the Contractor will be required to manage are provided within this specification. The Contractor must ensure that all relevant Road Traffic Orders, Regulations and other Statutory Provisions, are adhered to by all parties engaged in the delivery of any services under this Contract. The PSNI’s business relationship will be with the “Contractor” who will be required to appoint Recovery Operators, inspect, and manage the vehicle recovery service provision on behalf of police. A number of other government entities may also avail of the services provided by the Contractor under the provision of this contract: • Department for Infrastructure (DFI)/DVA Enforcement/DVA Fleet Management • Northern Ireland Environment Agency • National Crime Agency • Department of Agriculture, Environment and Rural Affairs (DAERA /Fisheries • Health and Safety Executive Northern Ireland (HSENI) • Belfast Harbour Police • Northern Ireland Fire and rescue service (NIFRS) It is anticipated that the level of engagement between these parties and the Contractor will be minimal and as such it is the intention that these entities will use a similar protocol to that which will be followed by PSNI, when requesting services under this contract.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,580,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 50118110 - Vehicle towing-away services
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles
  • 50118100 - Breakdown and recovery services for cars
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 79990000 - Miscellaneous business-related services
  • 79994000 - Contract administration services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The public, through the Police, are entitled to a fast and effective vehicle recovery service. To provide this service the PSNI intends to appoint a Managing Agent (Contractor) to manage a vehicle recovery service throughout all of Northern Ireland. Analysis of statistical data relating to the numbers of vehicle removals across Northern Ireland has indicated that there are approximately 7500 vehicle removals per annum, with approximately 95 per cent of these removals being of vehicles falling into the Light Vehicle category. This data is being provided solely for information purposes and the PSNI cannot guarantee the quantity of recoveries or volume of business that will arise from this contract. The Contractor will be directly responsible for the appointment and management of all Vehicle Recovery Operators (VROs) appointed to provide services under this scheme. The VRO requirements that the Contractor will be required to manage are provided within this specification. The Contractor must ensure that all relevant Road Traffic Orders, Regulations and other Statutory Provisions, are adhered to by all parties engaged in the delivery of any services under this Contract. The PSNI’s business relationship will be with the “Contractor” who will be required to appoint Recovery Operators, inspect, and manage the vehicle recovery service provision on behalf of police. A number of other government entities may also avail of the services provided by the Contractor under the provision of this contract: • Department for Infrastructure (DFI)/DVA Enforcement/DVA Fleet Management • Northern Ireland Environment Agency • National Crime Agency • Department of Agriculture, Environment and Rural Affairs (DAERA /Fisheries • Health and Safety Executive Northern Ireland (HSENI) • Belfast Harbour Police • Northern Ireland Fire and rescue service (NIFRS) It is anticipated that the level of engagement between these parties and the Contractor will be minimal and as such it is the intention that these entities will use a similar protocol to that which will be followed by PSNI, when requesting services under this contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65

Price - Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

The contract will remain in place for an initial period of two 2 years, followed by an optional extensionperiod comprising of up to 24 months

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-025442

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 January 2024

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

"Withheld for Security Reasons"

"Withheld for Security Reasons"

"Withheld for Security Reasons"

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,580,000

Total value of the contract/lot: £2,580,000


Section six. Complementary information

six.3) Additional information

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 Certificate of Unsatisfactory Performance and the. contract may be. terminated. The issue.. of a Certificate 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 certificate.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The UK does not have any such bodies with responsibility for appeal/mediation procedures

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The UK does not have any such bodies with responsibility for appeal/mediation.. procedures. 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

six.4.4) Service from which information about the review procedure may be obtained

The UK does not have any such bodies with responsibility for appeal/mediation procedures

Belfast

Country

United Kingdom