Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 30th Aug 2023

Tender Details
Referenceocds-h6vhtk-03f7f8
Common Procurement VocabularyMotor vehicle conversion services
Procurement MethodOpen procedure
Value£500,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 2

Status Active

Published 30th Aug 2023

Tender Details
Referenceocds-h6vhtk-03f7f8
Common Procurement VocabularyMotor vehicle conversion services
Procurement MethodOpen procedure
Value£500,000

Section I: Contracting authority

I.1) Name and addresses

Police Service of Northern Ireland

C/O 303 Airport Road West

BELFAST

BT3 9ED

Email

justice.CPD [at] finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.psni.police.uk/

Buyer's address

https://www.finance-ni.gov.uk/construction-procurement-delivery

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/ep

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 4780127 - PSNI - Vehicle Conversion Services - Conversion of 15x Cell Vans and 5x Evidence Gathering Trucks

II.1.2) Main CPV code

  • 50117100 - Motor vehicle conversion services

II.1.3) Type of contract

Services

II.1.4) Short description

ID 4780127 - PSNI - Vehicle Conversion Services - Conversion of Cell Vans and Evidence Gathering Trucks Lot 1 – Conversion of 15x Cell Vans Lot 2 – Conversion of 5x Evidence Gathering Trucks TSB is seeking to establish a multi lot contract for the provision of Cell Vans and Cell Vans with Evidence Gathering Equipment through conversion of Volkswagen Transporter long wheelbase vehicles. The competition will comprise of 2 lots as summarised in Section 5.1 below. TSB need to provide PSNI Officers with appropriately converted fleet vehicles to meet their range of operational policing requirements including the safe carriage of detained persons and evidence gathering equipment. Equipment carried within vans must be capable of being stored and carried in such a way that ensures it is kept separate from the driver and passengers in a contained area to prevent injury to all parties, including rescuers, should the vehicle become involved in a collision. For full details of vehicle fitment and contract requirements, please refer to document entitled “ID 4780127 - Specification”.

II.1.5) Estimated total value

Value excluding VAT: £500,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

II.2) Description

II.2.1) Title

Lot 1 – Conversion of 15x Cell Vans

Lot No

1

II.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 34114200 - Police cars
  • 34114210 - Prisoner-transport vehicles
  • 35000000 - Security, fire-fighting, police and defence equipment

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

ID 4780127 - PSNI - Vehicle Conversion Services - Conversion of Cell Vans and Evidence Gathering Trucks Lot 1 – Conversion of 15x Cell Vans Lot 2 – Conversion of 5x Evidence Gathering Trucks TSB is seeking to establish a multi lot contract for the provision of Cell Vans and Cell Vans with Evidence Gathering Equipment through conversion of Volkswagen Transporter long wheelbase vehicles. The competition will comprise of 2 lots as summarised in Section 5.1 below. TSB need to provide PSNI Officers with appropriately converted fleet vehicles to meet their range of operational policing requirements including the safe carriage of detained persons and evidence gathering equipment. Equipment carried within vans must be capable of being stored and carried in such a way that ensures it is kept separate from the driver and passengers in a contained area to prevent injury to all parties, including rescuers, should the vehicle become involved in a collision. For full details of vehicle fitment and contract requirements, please refer to document entitled “ID 4780127 - Specification”.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £375,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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.

II.2) Description

II.2.1) Title

Lot 2 – Conversion of 5x Evidence Gathering Trucks

Lot No

2

II.2.2) Additional CPV code(s)

  • 34100000 - Motor vehicles
  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50110000 - Repair and maintenance services of motor vehicles and associated equipment
  • 34114200 - Police cars
  • 34114210 - Prisoner-transport vehicles
  • 35000000 - Security, fire-fighting, police and defence equipment

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

ID 4780127 - PSNI - Vehicle Conversion Services - Conversion of Cell Vans and Evidence Gathering Trucks Lot 1 – Conversion of 15x Cell Vans Lot 2 – Conversion of 5x Evidence Gathering Trucks TSB is seeking to establish a multi lot contract for the provision of Cell Vans and Cell Vans with Evidence Gathering Equipment through conversion of Volkswagen Transporter long wheelbase vehicles. The competition will comprise of 2 lots as summarised in Section 5.1 below. TSB need to provide PSNI Officers with appropriately converted fleet vehicles to meet their range of operational policing requirements including the safe carriage of detained persons and evidence gathering equipment. Equipment carried within vans must be capable of being stored and carried in such a way that ensures it is kept separate from the driver and passengers in a contained area to prevent injury to all parties, including rescuers, should the vehicle become involved in a collision. For full details of vehicle fitment and contract requirements, please refer to document entitled “ID 4780127 - Specification”.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £125,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

2 October 2023

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 March 2024

IV.2.7) Conditions for opening of tenders

Date

2 October 2023

Local time

3:30pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

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. Postal address:

Belfast

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.