Contract

ID 4463954 DAERA - GB Identification Seal Checks

  • The Department of Agriculture, Environment and Rural Affairs

F03: Contract award notice

Notice identifier: 2023/S 000-007547

Procurement identifier (OCID): ocds-h6vhtk-039556

Published 15 March 2023, 2:15pm



Section one: Contracting authority

one.1) Name and addresses

The Department of Agriculture, Environment and Rural Affairs

17 Antrim Road

Lisburn

BT28 3AL

Email

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

Email

salesni@uk.g4s.com

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

Email

salesni@uk.g4s.com

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

Email

salesni@uk.g4s.com

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

Email

salesni@uk.g4s.com

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.