Tender

ID 4272898 - Police Service of Northern Ireland (PSNI) - Managed Vehicle Recovery Service

  • Police Service of Northern Ireland
  • Department for Infrastructure NI
  • Northern Ireland Environment Agency
  • Health and Safety Executive for Northern Ireland
  • Department of Agriculture Environment and Rural Affairs
Show 1 more buyer Show fewer buyers
  • NI Fire and Rescue Services

F02: Contract notice

Notice identifier: 2023/S 000-010524

Procurement identifier (OCID): ocds-h6vhtk-03be24

Published 12 April 2023, 3:13pm



Section one: Contracting authority

one.1) Name and addresses

Police Service of Northern Ireland

C/O 303 Airport Road West

BELFAST

BT3 9ED

Email

Justice.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.psni.police.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.1) Name and addresses

Department for Infrastructure NI

Clarence Court Adelaide Street

Belfast

BT2 8GB

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.infrastructure-ni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.1) Name and addresses

Northern Ireland Environment Agency

Goodwood House, 44 - 58 May Street

Belfast

BT1 4NN

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.daera-ni.gov.uk/northern-ireland-environment-agency

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.1) Name and addresses

Health and Safety Executive for Northern Ireland

83 Ladas Drive

Belfast

BT6 9FR

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.hseni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.1) Name and addresses

Department of Agriculture Environment and Rural Affairs

Dundonald House

Belfast

BT4 3SB

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.daera-ni.gov.uk/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.1) Name and addresses

NI Fire and Rescue Services

1 Seymour Street

Lisburn

BT27 4SX

Email

Justice.CPD@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.nifrs.org/

Buyer's address

https://www.finance-ni.gov.uk/topics/procurement

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 4272898 - Police Service of Northern Ireland (PSNI) - Managed Vehicle Recovery Service

two.1.2) Main CPV code

  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment

two.1.3) Type of contract

Services

two.1.4) Short description

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 Please refer to the ‘Specification of Requirements’ Schedule for more details on the services required.

two.1.5) Estimated total value

Value excluding VAT: £2,483,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50118000 - Automobile emergency road services
  • 50118100 - Breakdown and recovery services for cars
  • 50118110 - Vehicle towing-away services
  • 50118200 - Breakdown and recovery services for commercial vehicles
  • 50118300 - Breakdown and recovery services for buses
  • 50118400 - Breakdown and recovery services for motor vehicles
  • 50118500 - Breakdown and recovery services for motorcycles
  • 50190000 - Demolition services of vehicles
  • 34144220 - Breakdown vehicles

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

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 Please refer to the ‘Specification of Requirements’ Schedule for more details on the services required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,483,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

After the initial contract period there is one option to extend the contract for a further 3 years.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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.2.2) Time limit for receipt of tenders or requests to participate

Date

17 May 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 13 November 2023

four.2.7) Conditions for opening of tenders

Date

17 May 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Contract monitoring: 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 construction and procurement delivery (CPD) for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, this may be considered grounds for termination of the contract at your expense as provided for in the Conditions of Contract. In lieu of termination, CPD may issue a Notice of Written Warning or a Notice of Unsatisfactory Performance. A supplier in receipt of multiple Notices of Written Warning or a Notice of Unsatisfactory Performance may, in accordance with The Public Contracts Regulations 2015 (as amended), be excluded from future public procurement competitions for a period of up to three years..

six.4) Procedures for review

six.4.1) Review body

Insert: 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.

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.