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