Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Police Service of Northern Ireland
c/o CPD, Clare House, 303 Airport Road West
BELFAST
BT3 9ED
UK
Person cyswllt: Justice Sector
E-bost: justice.cpd@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.1) Enw a chyfeiriad
Department for Infrastructure NI
Clarence Court Adelaide Street
Belfast
BT2 8GB
UK
E-bost: info@infrastructure-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.1) Enw a chyfeiriad
Northern Ireland Environment Agency
Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-bost: nieainfo@daera-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.1) Enw a chyfeiriad
Northern Ireland Environment Agency
Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-bost: daera.helpline@daera-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.1) Enw a chyfeiriad
Health and Safety Executive for Northern Ireland
83 Ladas Drive
Belfast
BT6 9FR
UK
E-bost: mail@hseni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.1) Enw a chyfeiriad
NI Fire and Rescue Service
1 Seymour Street
Lisburn
BT27 4SX
UK
E-bost: informationunit@nifrs.org
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://etendersni.gov.uk/epps
Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps
I.1) Enw a chyfeiriad
Belfast Harbour Police
Milewater Basin, Dufferin Road,
Belfast
BT3 9AF
UK
E-bost: belfastharbourpolice@belfast-harbour.co.uk
NUTS: UKN06
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.belfast-harbour.co.uk/belfast-harbour-police
I.1) Enw a chyfeiriad
National Crime Agency
Belfast
UK
E-bost: communication@nca.x.gsi.gov.uk
NUTS: UKN06
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.nationalcrimeagency.gov.uk
I.2) Caffael ar y cyd
Mae a wnelo’r contract â chaffael ar y cyd
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
Cyfeirnod: ID 4890047
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.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 2 580 000.00 GBP
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
Maes prawf ansawdd: Quality
/ Pwysoliad: 65
Price
/ Pwysoliad:
35
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
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) 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 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 000-025442
IV.2.9) Gwybodaeth am ddod â chais am gystadleuaeth i ben ar ffurf hysbysiad gwybodaeth ymlaen llaw
Ni fydd yr awdurdod contractio yn dyfarnu contractau pellach yn seiliedig ar yr hysbysiad gwybodaeth ymlaen llaw uchod
Section V: Dyfarnu contract
Rhif Contract: 1
Teitl: Contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
30/01/2024
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 1
Nifer y tendrau a ddaeth i law gan BBaChau: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 1
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
"Withheld for Security Reasons"
"Withheld for Security Reasons"
"Withheld for Security Reasons"
UK
E-bost: justice.cpd@finance-ni.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
URL: https://etendersni.gov.uk/epps
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 2 580 000.00 GBP
Cyfanswm gwerth y contract/lot: 2 580 000.00 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
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.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
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:
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) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
02/02/2024