Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 31 August 2023
  • Last modified: 31 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03eef0
Published by:
Police Service of Northern Ireland
Authority ID:
AA77169
Publication date:
31 August 2023
Deadline date:
03 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Police Service of Northern Ireland

C/O 303 Airport Road West

BELFAST

BT3 9ED

UK

E-mail: Justice.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

I.1) Name and addresses

Department for Infrastructure NI

Clarence Court Adelaide Street

Belfast

BT2 8GB

UK

E-mail: Justice.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

I.1) Name and addresses

Northern Ireland Environment Agency

Goodwood House, 44 - 58 May Street

Belfast

BT1 4NN

UK

E-mail: Justice.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.finance-ni.gov.uk/topics/procurement

I.1) Name and addresses

Department of Agriculture Environment and Rural Affairs

Dundonald House

Belfast

BT4 3SB

UK

E-mail: Justice.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

Health and Safety Executive for Northern Ireland

83 Ladas Drive

Belfast

BT6 9FR

UK

E-mail: Justice.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

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

I.1) Name and addresses

NI Fire and Rescue Services

1 Seymour Street

Lisburn

BT27 4SX

UK

E-mail: Justice.CPD@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.nifrs.org/

I.2) Joint procurement

The contract involves joint procurement

I.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 abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

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

II.1.2) Main CPV code

50118000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 2 483 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50118110

50118300

50118400

50118500

50118100

50110000

50100000

79990000

79994000

II.2.3) Place of performance

NUTS code:

UKN

II.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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 2 485 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

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

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As per Tender documentation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-023507

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

Date: 03/10/2023

Local time: 15:00

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

EN

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

Tender must be valid until: 31/03/2024

IV.2.7) Conditions for opening of tenders

Date: 03/10/2023

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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

VI.4) Procedures for review

VI.4.1) Review body

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

Belfast

UK

VI.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.

VI.5) Date of dispatch of this notice

30/08/2023

Coding

Commodity categories

ID Title Parent category
50118000 Automobile emergency road services Repair and maintenance services of motor vehicles and associated equipment
50118300 Breakdown and recovery services for buses Automobile emergency road services
50118100 Breakdown and recovery services for cars Automobile emergency road services
50118400 Breakdown and recovery services for motor vehicles Automobile emergency road services
50118500 Breakdown and recovery services for motorcycles Automobile emergency road services
79994000 Contract administration services Miscellaneous business-related services
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
50110000 Repair and maintenance services of motor vehicles and associated equipment Repair, maintenance and associated services of vehicles and related equipment
50100000 Repair, maintenance and associated services of vehicles and related equipment Repair and maintenance services
50118110 Vehicle towing-away services Automobile emergency road services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Justice.CPD@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.