Section one: Contracting authority
one.1) Name and addresses
The Department of Agriculture, Environment and Rural Affairs
17 Antrim Road
Lisburn
BT28 3AL
SSDAdmin.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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 4463954 DAERA - GB Identification Seal Checks
Reference number
ID 4463954
two.1.2) Main CPV code
- 79710000 - Security services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department of Agriculture, Environment and Rural Affairs (DAERA) has a requirement for vehicle/ SPS seal checks at the GB ports of Cairnryan, Loch Ryan, Birkenhead and Heysham within the operating area of the existing ferry operators from 1 April 2023. The services will be provided through four Lots as set out below. One Contractor will be appointed for each Lot. For each Lot, the contract will commence from 1 April 2023 for one year with five options to extend for any period up to, and including, one year each. DAERA is offering the opportunity for Tenderers, by appointment, to attend a site visit at each port on the dates and times stated within the Specification.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £10,000,000
two.2) Description
two.2.1) Title
Lot 1 Cairnryan
Lot No
1
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Agriculture, Environment and Rural Affairs (DAERA) has a requirement for vehicle/ SPS seal checks at the GB ports of Cairnryan, Loch Ryan, Birkenhead and Heysham within the operating area of the existing ferry operators from 1 April 2023. The services will be provided through four Lots as set out below. One Contractor will be appointed for each Lot. For each Lot, the contract will commence from 1 April 2023 for one year with five options to extend for any period up to, and including, one year each. DAERA is offering the opportunity for Tenderers, by appointment, to attend a site visit at each port on the dates and times stated within the Specification.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Contract Management/ Contingency Arrangements / Weighting: 24.7
Quality criterion - Name: AC2 Social Value / Weighting: 20.15
Quality criterion - Name: AC3 Proposed Methodology / Weighting: 20.15
Cost criterion - Name: AC4 Total Contract Price / Weighting: 35
two.2.11) Information about options
Options: Yes
Description of options
There are five options to extend for any period up to, and including, one year each.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 Loch Ryan
Lot No
2
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Agriculture, Environment and Rural Affairs (DAERA) has a requirement for vehicle/ SPS seal checks at the GB ports of Cairnryan, Loch Ryan, Birkenhead and Heysham within the operating area of the existing ferry operators from 1 April 2023. The services will be provided through four Lots as set out below. One Contractor will be appointed for each Lot. For each Lot, the contract will commence from 1 April 2023 for one year with five options to extend for any period up to, and including, one year each. DAERA is offering the opportunity for Tenderers, by appointment, to attend a site visit at each port on the dates and times stated within the Specification.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Contract Management/ Contingency Arrangements / Weighting: 24.7
Quality criterion - Name: AC2 Social Value / Weighting: 20.15
Quality criterion - Name: AC3 Proposed Methodology / Weighting: 20.15
Cost criterion - Name: AC4 Total Contract Price / Weighting: 35
two.2.11) Information about options
Options: Yes
Description of options
There are five options to extend for any period up to, and including, one year each.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 Birkenhead
Lot No
3
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Agriculture, Environment and Rural Affairs (DAERA) has a requirement for vehicle/ SPS seal checks at the GB ports of Cairnryan, Loch Ryan, Birkenhead and Heysham within the operating area of the existing ferry operators from 1 April 2023. The services will be provided through four Lots as set out below. One Contractor will be appointed for each Lot. For each Lot, the contract will commence from 1 April 2023 for one year with five options to extend for any period up to, and including, one year each. DAERA is offering the opportunity for Tenderers, by appointment, to attend a site visit at each port on the dates and times stated within the Specification.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Contract Management/ Contingency Arrangements / Weighting: 24.7
Quality criterion - Name: AC2 Social Value / Weighting: 20.15
Quality criterion - Name: AC3 Proposed Methodology / Weighting: 20.15
Cost criterion - Name: AC4 Total Contract Price / Weighting: 35
two.2.11) Information about options
Options: Yes
Description of options
There are five options to extend for any period up to, and including, one year each.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 Heysham
Lot No
4
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
- 79700000 - Investigation and security services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Agriculture, Environment and Rural Affairs (DAERA) has a requirement for vehicle/ SPS seal checks at the GB ports of Cairnryan, Loch Ryan, Birkenhead and Heysham within the operating area of the existing ferry operators from 1 April 2023. The services will be provided through four Lots as set out below. One Contractor will be appointed for each Lot. For each Lot, the contract will commence from 1 April 2023 for one year with five options to extend for any period up to, and including, one year each. DAERA is offering the opportunity for Tenderers, by appointment, to attend a site visit at each port on the dates and times stated within the Specification.
two.2.5) Award criteria
Quality criterion - Name: AC1 Proposed Contract Management/ Contingency Arrangements / Weighting: 24.7
Quality criterion - Name: AC2 Social Value / Weighting: 20.15
Quality criterion - Name: AC3 Proposed Methodology / Weighting: 20.15
Cost criterion - Name: AC4 Total Contract Price / Weighting: 35
two.2.11) Information about options
Options: Yes
Description of options
There are five options to extend for any period up to, and including, one year each.
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 000-000292
Section five. Award of contract
Contract No
1
Lot No
1
Title
Lot 1 Cairnryan
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 March 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G4S SECURE SOLUTIONS UK LTD
Sutton Park House
SUTTON
SM1 4LD
Telephone
+44 2087707000
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: £2,500,000
Total value of the contract/lot: £2,500,000
Section five. Award of contract
Contract No
2
Lot No
2
Title
Lot 2 Loch Ryan
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 March 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G4S SECURE SOLUTIONS UK LTD
Sutton Park House
SUTTON
SM1 4LD
Telephone
+44 2087707000
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: £2,500,000
Total value of the contract/lot: £2,500,000
Section five. Award of contract
Contract No
3
Lot No
3
Title
Lot 3 Birkenhead
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 March 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G4S SECURE SOLUTIONS UK LTD
Sutton Park House
SUTTON
SM1 4LD
Telephone
+44 2087707000
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: £2,500,000
Total value of the contract/lot: £2,500,000
Section five. Award of contract
Contract No
4
Lot No
4
Title
Lot 4 Heysham
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 March 2023
five.2.2) Information about tenders
Number of tenders received: 3
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: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
G4S SECURE SOLUTIONS UK LTD
Sutton Park House
SUTTON
SM1 4LD
Telephone
+44 2087707000
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: £2,500,000
Total value of the contract/lot: £2,500,000
Section six. Complementary information
six.3) Additional information
The successful Contractor’s performance will be managed as per the specification. and 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 grounds for termination. of the contract at the Contractor's expense. In lieu of termination they may be issued with a Notice of Written Warning or a Notice of.. Unsatisfactory Performance. A central register of such Notices for supplies and services Contracts will be maintained and published.. on the CPD website. Any Contractor in receipt of multiple Notices of Written Warning or Notices of Unsatisfactory Performance will be.. required to declare this in future tender submissions for a period of three years from the date of issue of the Notice. It may also result in.. the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. 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
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into.