Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

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

  • Cyhoeddwyd gyntaf: 31 Awst 2023
  • Wedi'i addasu ddiwethaf: 31 Awst 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03eef0
Cyhoeddwyd gan:
Police Service of Northern Ireland
ID Awudurdod:
AA77169
Dyddiad cyhoeddi:
31 Awst 2023
Dyddiad Cau:
03 Hydref 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

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/

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/

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/

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael ar y cyd

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

II.1.2) Prif god CPV

50118000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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) 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

50118110

50118300

50118400

50118500

50118100

50110000

50100000

79990000

79994000

II.2.3) Man cyflawni

Cod NUTS:

UKN

II.2.4) Disgrifiad o’r caffaeliad

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) 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: 2 485 000.00 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 3 years period there is an option to extend 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.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

As per Tender documentation.

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-023507

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 03/10/2023

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: 31/03/2024

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 03/10/2023

Amser lleol: 15:30

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

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

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 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

30/08/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
79990000 Amrywiol wasanaethau sy’n gysylltiedig â busnes Amrywiol wasanaethau busnes a gwasanaethau sy’n gysylltiedig â busnes
50100000 Gwasanaethau atgyweirio a chynnal a chadw cerbydau a chyfarpar cysylltiedig, a gwasanaethau cysylltiedig Gwasanaethau atgyweirio a chynnal a chadw
50110000 Gwasanaethau atgyweirio a chynnal a chadw cerbydau modur a chyfarpar cysylltiedig Gwasanaethau atgyweirio a chynnal a chadw cerbydau a chyfarpar cysylltiedig, a gwasanaethau cysylltiedig
50118000 Gwasanaethau brys i gerbydau modur ar y ffordd Gwasanaethau atgyweirio a chynnal a chadw cerbydau modur a chyfarpar cysylltiedig
79994000 Gwasanaethau gweinyddu contractau Amrywiol wasanaethau sy’n gysylltiedig â busnes
50118500 Gwasanaethau torri i lawr ac adfer ar gyfer beiciau modur Gwasanaethau brys i gerbydau modur ar y ffordd
50118300 Gwasanaethau torri i lawr ac adfer ar gyfer bysiau Gwasanaethau brys i gerbydau modur ar y ffordd
50118100 Gwasanaethau torri i lawr ac adfer ar gyfer ceir Gwasanaethau brys i gerbydau modur ar y ffordd
50118400 Gwasanaethau torri i lawr ac adfer ar gyfer cerbydau modur Gwasanaethau brys i gerbydau modur ar y ffordd
50118110 Gwasanaethau tynnu cerbydau ymaith Gwasanaethau brys i gerbydau modur ar y ffordd

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
Justice.CPD@finance-ni.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.