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