Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Police Service of Northern Ireland
C/O 303 Airport Road West
BELFAST
BT3 9ED
UK
E-bost: Justice.cpd@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.psni.police.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.1) Enw a chyfeiriad
Department for Infrastructure NI
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
E-bost: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.infrastructure-ni.gov.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.1) Enw a chyfeiriad
Northern Ireland Environment Agency
Goodwood House, 44 - 58 May Street
Belfast
BT1 4NN
UK
E-bost: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.daera-ni.gov.uk/northern-ireland-environment-agency
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.1) Enw a chyfeiriad
Health and Safety Executive for Northern Ireland
83 Ladas Drive
Belfast
BT6 9FR
UK
E-bost: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.hseni.gov.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.1) Enw a chyfeiriad
Department of Agriculture Environment and Rural Affairs
Dundonald House
Belfast
BT4 3SB
UK
E-bost: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.daera-ni.gov.uk/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.1) Enw a chyfeiriad
NI Fire and Rescue Services
1 Seymour Street
Lisburn
BT27 4SX
UK
E-bost: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.nifrs.org/
Cyfeiriad proffil y prynwr: https://www.finance-ni.gov.uk/topics/procurement
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etendersni.gov.uk/epps
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Trefn a diogelwch cyhoeddus
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
ID 4272898 - Police Service of Northern Ireland (PSNI) - Managed Vehicle Recovery Service
II.1.2) Prif god CPV
50100000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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 Please refer to the ‘Specification of Requirements’ Schedule for more details on the services required.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 483 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
50118000
50118100
50118110
50118200
50118300
50118400
50118500
50190000
34144220
II.2.3) Man cyflawni
Cod NUTS:
UKN
II.2.4) Disgrifiad o’r caffaeliad
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 Please refer to the ‘Specification of Requirements’ Schedule for more details on the services required.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 2 483 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 36
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
After the initial contract period there is one option to extend the contract for a further 3 years.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
17/05/2023
Amser lleol: 15:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
13/11/2023
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
17/05/2023
Amser lleol: 15:30
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
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..
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Insert: 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
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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) Dyddiad anfon yr hysbysiad hwn
12/04/2023