Contract

ID 5359259 - PSNI – Collision and Bodywork Repair Services – Area A and Armoured Land Rover Repainting

  • PSNI - Police Service of Northern Ireland
  • NI Ambulance Service Trust
  • NI Fire and Rescue Services

F03: Contract award notice

Notice identifier: 2024/S 000-034429

Procurement identifier (OCID): ocds-h6vhtk-047daf

Published 24 October 2024, 11:11am



Section one: Contracting authority

one.1) Name and addresses

PSNI - Police Service of Northern Ireland

Police Service of Northern Ireland, Police Headquarters, Brooklyn, 65 Knock Road

BELFAST

BT5 6LE

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

NI Ambulance Service Trust

Knockbracken Healthcare Park, Saintfield Road

Belfast

BT8 8SG

Email

justice.cpd@finance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://nias.hscni.net/

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

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 5359259 - PSNI – Collision and Bodywork Repair Services – Area A and Armoured Land Rover Repainting

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 Police Service of Northern Ireland (PSNI) Transport Services Branch (TSB) seek to establish a Contract to provide services for collision repairs and body work refurbishments for its fleet of vehicles. This will be a collaborative arrangement with the following Emergency Services organisations participating: • Police Service of Northern Ireland (PSNI) (Lead Authority) • Northern Ireland Fire and Rescue Service (NIFRS) • Northern Ireland Ambulance Service (NIAS)

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: £1,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 50112110 - Body-repair services for vehicles
  • 34114100 - Emergency vehicles

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Police Service of Northern Ireland (PSNI) Transport Services Branch (TSB) seek to establish a Contract to provide services for collision repairs and body work refurbishments for its fleet of vehicles. This will be a collaborative arrangement with the following Emergency Services organisations participating: • Police Service of Northern Ireland (PSNI) (Lead Authority) • Northern Ireland Fire and Rescue Service (NIFRS) • Northern Ireland Ambulance Service (NIAS)

two.2.5) Award criteria

Quality criterion - Name: AC1 - Service Delivery / Weighting: 19.8

Quality criterion - Name: AC2 - Contract Management and business Continuity / Weighting: 19.8

Quality criterion - Name: AC3 - Quality Control / Weighting: 10.2

Quality criterion - Name: AC4 - Social Value / Weighting: 10.2

Cost criterion - Name: AC5 - Body Work Repair and Repainting / Weighting: 12

Cost criterion - Name: AC6 - Percentage Discount for OEM and Non-OEM Parts / Weighting: 10

Cost criterion - Name: AC7 - Percentage Discount for Refinishing Products / Weighting: 18

two.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period, there is one option to extend for a period of up to two 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

two.2.14) Additional information

Contract Value. The figure indicated in Section II 1.5 represents an estimated contract value. Thisvalue reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potentialoptional services as detailed in the tender documents. This figure does not however take into account the application of indexation orincreases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the levelof business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operatorsremain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the EconomicOperator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directlyor indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally bindingcontract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such timeas entry into the Contract has been confirmed by the. Contracting Authority. Economic Operators should note that all dates, time periodsand figures in relation to values and volumes specified. in this notice and the procurement documents are approximate only and theContracting Authority reserves the right to change any or all of them. .


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

There is a need to minimise disruption to services for Area A which extends to other Blue light organisations. There is

increase in operational deployment over the summer period which may place greater demand for collision services. In addition, there

are PSNI site and location security checks which must be carried out if a new supplier is successful. This would not be achievable

within the timescales for the normal Open Procedure and would further delay any award of contract

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: 2024/S 000-021803


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

16 October 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 1

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

Withheld for security reasons

Withheld for security reasons

Withheld for security reasons

Withheld for securit

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

Yes

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

Initial estimated total value of the contract/lot: £1,000,000

Total value of the contract/lot: £1,000,000


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored in line with the tender. documentation. . 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 Notice of Unsatisfactory. Performance and the contract may be terminated. . The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue.. . The Authority expressly reserves the rights:. .. (I). not to award any contract as a result of the procurement process commenced by publication of this notice;. (II). to make whatever. changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s). of the services covered by this notice; and. (IV). to award contract(s) in stages.. . and in no circumstances will the Authority be liable for. any costs incurred by candidates.". . . This project will be used to progress the Government’s wider social, economic and environmental. objectives.

six.4) Procedures for review

six.4.1) Review body

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 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.