Tender

The Collection & Boarding of Banned Breeds, Dangerous & Seized Dogs for Humberside Police

  • The Police and Crime Commissioner for Humberside

F02: Contract notice

Notice identifier: 2022/S 000-002404

Procurement identifier (OCID): ocds-h6vhtk-030ffd

Published 27 January 2022, 12:09pm



Section one: Contracting authority

one.1) Name and addresses

The Police and Crime Commissioner for Humberside

The Lawns

Harland Way, Cotting, Hull,

HU16 5SN

Contact

Katrina Routledge

Email

katrina.routledge@southyorks.pnn.police.uk

Country

United Kingdom

NUTS code

UKE1 - East Yorkshire and Northern Lincolnshire

National registration number

n/a

Internet address(es)

Main address

https://www.humberside-pcc.gov.uk

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42776&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42776&B=BLUELIGHT

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Collection & Boarding of Banned Breeds, Dangerous & Seized Dogs for Humberside Police

Reference number

2469a-2021

two.1.2) Main CPV code

  • 98380000 - Dog kennel services

two.1.3) Type of contract

Services

two.1.4) Short description

Humberside Police (HP) requires a service provider to be able to collect and kennel dogs upon their instruction that are a banned breed, dangerous or seized for welfare reasons within the Humberside region. This service is required 24/7/365(6) days a year. A minimum of 25 kennels are required with the potential access to further kennels should the need arise.

The collection of a dog must be undertaken within a maximum of 90 minutes following notification from Humberside Police. The successful Service Provider will be required to provide adequate and secure shelter, food and healthcare sufficient to meet the needs of the animal in line with the animal welfare act for animals placed in the custody of the kennel; this can be for long periods of time.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 98380000 - Dog kennel services

two.2.3) Place of performance

NUTS codes
  • UKE1 - East Yorkshire and Northern Lincolnshire

two.2.4) Description of the procurement

Humberside Police (HP) requires a 24 hours, 7 day, 365(6) days a year dog collection and boarding service provision of 25 kennels as a minimum, with the potential for access to further kennels should the need arise.

For operational reasons it is imperative that following a call from HP, the successful Service Provider will collect the dog(s) urgently within the minimum timescale possible and within a maximum of 90 minutes following notification.

The successful Service Provider must be able to safely remove the dog(s) without the assistance of the attending police officer as they may not be equipped or experienced in dog handling. The dogs that are to be collected can range from the very friendly to those that can be very difficult and dangerous to handle.

The successful Service Provider will be required to kennel the dog(s) for a duration which will be determined by HP. The duration of kennelling the dog(s) could be long-term. The successful Service Provider will be required to provide adequate and secure shelter, food and healthcare sufficient to meet the needs of the animal in line with the animal welfare act for animals placed in the custody of the kennel. Any specific healthcare requirements for a dog(s) will be agreed between the Service Provider and HP following veterinary consultation.

The contract will be for a period of 4 years with the option to extend for a further 2 years.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £750,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

28 February 2022

Local time

1:00pm

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

English

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

Tender must be valid until: 27 May 2022

four.2.7) Conditions for opening of tenders

Date

28 February 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court of England and Wales

7 Rools Buildings, Fetter Lane

London

EC4A 1NL

Country

United Kingdom

Internet address

http://www.judiciary.gov.uk