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/construction-procurement-delivery
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etendersni.gov.uk/ep
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 4780127 - PSNI - Vehicle Conversion Services - Conversion of 15x Cell Vans and 5x Evidence Gathering Trucks
II.1.2) Main CPV code
50117100
II.1.3) Type of contract
Services
II.1.4) Short description
ID 4780127 - PSNI - Vehicle Conversion Services - Conversion of Cell Vans and Evidence Gathering Trucks Lot 1 – Conversion of 15x Cell Vans Lot 2 – Conversion of 5x Evidence Gathering Trucks TSB is seeking to establish a multi lot contract for the provision of Cell Vans and Cell Vans with Evidence Gathering Equipment through conversion of Volkswagen Transporter long wheelbase vehicles. The competition will comprise of 2 lots as summarised in Section 5.1 below. TSB need to provide PSNI Officers with appropriately converted fleet vehicles to meet their range of operational policing requirements including the safe carriage of detained persons and evidence gathering equipment. Equipment carried within vans must be capable of being stored and carried in such a way that ensures it is kept separate from the driver and passengers in a contained area to prevent injury to all parties, including rescuers, should the vehicle become involved in a collision. For full details of vehicle fitment and contract requirements, please refer to document entitled “ID 4780127 - Specification”.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 – Conversion of 15x Cell Vans
II.2.2) Additional CPV code(s)
34100000
34200000
50110000
34114200
34114210
35000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
ID 4780127 - PSNI - Vehicle Conversion Services - Conversion of Cell Vans and Evidence Gathering Trucks Lot 1 – Conversion of 15x Cell Vans Lot 2 – Conversion of 5x Evidence Gathering Trucks TSB is seeking to establish a multi lot contract for the provision of Cell Vans and Cell Vans with Evidence Gathering Equipment through conversion of Volkswagen Transporter long wheelbase vehicles. The competition will comprise of 2 lots as summarised in Section 5.1 below. TSB need to provide PSNI Officers with appropriately converted fleet vehicles to meet their range of operational policing requirements including the safe carriage of detained persons and evidence gathering equipment. Equipment carried within vans must be capable of being stored and carried in such a way that ensures it is kept separate from the driver and passengers in a contained area to prevent injury to all parties, including rescuers, should the vehicle become involved in a collision. For full details of vehicle fitment and contract requirements, please refer to document entitled “ID 4780127 - Specification”.
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:
375 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) 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.
Lot No: 2
II.2.1) Title
Lot 2 – Conversion of 5x Evidence Gathering Trucks
II.2.2) Additional CPV code(s)
34100000
34200000
50110000
34114200
34114210
35000000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
ID 4780127 - PSNI - Vehicle Conversion Services - Conversion of Cell Vans and Evidence Gathering Trucks Lot 1 – Conversion of 15x Cell Vans Lot 2 – Conversion of 5x Evidence Gathering Trucks TSB is seeking to establish a multi lot contract for the provision of Cell Vans and Cell Vans with Evidence Gathering Equipment through conversion of Volkswagen Transporter long wheelbase vehicles. The competition will comprise of 2 lots as summarised in Section 5.1 below. TSB need to provide PSNI Officers with appropriately converted fleet vehicles to meet their range of operational policing requirements including the safe carriage of detained persons and evidence gathering equipment. Equipment carried within vans must be capable of being stored and carried in such a way that ensures it is kept separate from the driver and passengers in a contained area to prevent injury to all parties, including rescuers, should the vehicle become involved in a collision. For full details of vehicle fitment and contract requirements, please refer to document entitled “ID 4780127 - Specification”.
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:
125 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) 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.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/10/2023
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:
30/03/2024
IV.2.7) Conditions for opening of tenders
Date:
02/10/2023
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.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. Postal address:
Belfast
UK
VI.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.
VI.5) Date of dispatch of this notice
30/08/2023