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 Award Notice

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

  • First published: 03 February 2024
  • Last modified: 03 February 2024

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:
03 February 2024
Deadline date:
-
Notice type:
Contract Award 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 award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Police Service of Northern Ireland

c/o CPD, Clare House, 303 Airport Road West

BELFAST

BT3 9ED

UK

Contact person: Justice Sector

E-mail: justice.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

Department for Infrastructure NI

Clarence Court Adelaide Street

Belfast

BT2 8GB

UK

E-mail: info@infrastructure-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

Northern Ireland Environment Agency

Clare House, 303 Airport Road West

Belfast

BT3 9ED

UK

E-mail: nieainfo@daera-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

Northern Ireland Environment Agency

Clare House, 303 Airport Road West

Belfast

BT3 9ED

UK

E-mail: daera.helpline@daera-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

Health and Safety Executive for Northern Ireland

83 Ladas Drive

Belfast

BT6 9FR

UK

E-mail: mail@hseni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

NI Fire and Rescue Service

1 Seymour Street

Lisburn

BT27 4SX

UK

E-mail: informationunit@nifrs.org

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.1) Name and addresses

Belfast Harbour Police

Milewater Basin, Dufferin Road,

Belfast

BT3 9AF

UK

E-mail: belfastharbourpolice@belfast-harbour.co.uk

NUTS: UKN06

Internet address(es)

Main address: https://www.belfast-harbour.co.uk/belfast-harbour-police

I.1) Name and addresses

National Crime Agency

Belfast

UK

E-mail: communication@nca.x.gsi.gov.uk

NUTS: UKN06

Internet address(es)

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

I.2) Joint procurement

The contract involves joint procurement

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

Reference number: ID 4890047

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.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 2 580 000.00  GBP

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

Quality criterion: Quality / Weighting: 65

Price / Weighting:  35

II.2.11) Information about options

Options: Yes

Description of options:

The contract will remain in place for an initial period of two 2 years, followed by an optional extensionperiod comprising of up to 24 months

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 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 000-025442

IV.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Contract No: 1

Title: Contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

30/01/2024

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

"Withheld for Security Reasons"

"Withheld for Security Reasons"

"Withheld for Security Reasons"

UK

E-mail: justice.cpd@finance-ni.gov.uk

NUTS: UK

Internet address(es)

URL: https://etendersni.gov.uk/epps

The contractor is an SME: No

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 580 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

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.4.2) Body responsible for mediation procedures

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:

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

VI.4.4) Service from which information about the review procedure may be obtained

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

Belfast

UK

VI.5) Date of dispatch of this notice

02/02/2024

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.