Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PSNI - COLLECTION, TRANSPORTATION AND CARE OF ANIMALS SEIZED IN THE COURSE OF INVESTIGATIONS AND RELATED ACTIVITIES

  • First published: 26 July 2024
  • Last modified: 26 July 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0484b5
Published by:
Police Service of Northern Ireland PSNI
Authority ID:
AA80652
Publication date:
26 July 2024
Deadline date:
27 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Police Service of Northern Ireland (PSNI) seek to appoint up to two Supplier(s) to manage the collection, transportation, care, and disposal of animals at the request of the Investigating officer PSNI wildlife department. The animals will be formally seized by PSNI in the course of investigations and related activities or taken in to care for the purposes of safeguarding in line with statutory responsibilities. This contract does not require the provision of an advisory role. The PSNI wildlife liaison department will advise officers and manage the budget overseen by the lead for Rural and Wildlife Crime Unit Superintendent in consultation with PSNI legal services. The Supplier(s) have no statutory powers to make seizures and/or prosecute offenders. They must rely upon PSNI to perform this role. Further information on the services required are detailed in the Specification document.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Police Service of Northern Ireland PSNI

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://www.psni.police.uk

Address of the buyer profile: https://www.finance-ni.gov.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etendersni.gov.uk/epps


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

PSNI - COLLECTION, TRANSPORTATION AND CARE OF ANIMALS SEIZED IN THE COURSE OF INVESTIGATIONS AND RELATED ACTIVITIES

Reference number: ID 5258624

II.1.2) Main CPV code

98380000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Police Service of Northern Ireland (PSNI) seek to appoint up to two Supplier(s) to manage the collection, transportation, care, and disposal of animals at the request of the Investigating officer PSNI wildlife department. The animals will be formally seized by PSNI in the course of investigations and related activities or taken in to care for the purposes of safeguarding in line with statutory responsibilities. This contract does not require the provision of an advisory role. The PSNI wildlife liaison department will advise officers and manage the budget overseen by the lead for Rural and Wildlife Crime Unit Superintendent in consultation with PSNI legal services. The Supplier(s) have no statutory powers to make seizures and/or prosecute offenders. They must rely upon PSNI to perform this role. Further information on the services required are detailed in the Specification document.

II.1.5) Estimated total value

Value excluding VAT: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

03325000

03322300

98380000

03322200

II.2.3) Place of performance

NUTS code:

UKN0

UKN

II.2.4) Description of the procurement

The Police Service of Northern Ireland (PSNI) seek to appoint up to two Supplier(s) to manage the collection, transportation, care, and disposal of animals at the request of the Investigating officer PSNI wildlife department. The animals will be formally seized by PSNI in the course of investigations and related activities or taken in to care for the purposes of safeguarding in line with statutory responsibilities. This contract does not require the provision of an advisory role. The PSNI wildlife liaison department will advise officers and manage the budget overseen by the lead for Rural and Wildlife Crime Unit Superintendent in consultation with PSNI legal services. The Supplier(s) have no statutory powers to make seizures and/or prosecute offenders. They must rely upon PSNI to perform this role. Further information on the services required are detailed in the Specification document.

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: 600 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Following the initial contract period, there is one option to extend for a period of up to 2 years. Optional extension periods will be subject to review and satisfactory performance assessment by the Contracting Authority.

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 Value. The figure indicated in Section II 1.5 represents an estimated contract value. This. value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or. increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level. of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators. remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an Economic Operator shall. have no legitimate expectation that a contract will be entered into) until such time. as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. .

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


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. 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 Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue. The Authority expressly reserves the rights;. (I). not to award any contract as a result of the procurement process commenced by publication of this notice;.(II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and. (IV). to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates." This project will be used to progress the Government’s wider social, economic and environmental objectives.

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

Date: 27/08/2024

Local time: 15:00

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

EN

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

Tender must be valid until: 25/12/2024

IV.2.7) Conditions for opening of tenders

Date: 27/08/2024

Local time: 15:30

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.

Belfast

UK

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.

VI.5) Date of dispatch of this notice

25/07/2024

Coding

Commodity categories

ID Title Parent category
98380000 Dog kennel services Miscellaneous services
03322200 Goats Livestock
03322300 Horses Livestock
03325000 Small animals Cattle, livestock and small animals

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
justice.cpd@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.