Section one: Contracting authority
one.1) Name and addresses
HM Revenue & Customs
https://www.gov.uk/government/organisations/hm-revenue-customs
Salford
M60 9LA
Contact
Denise Jones
Telephone
+44 7815439064
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/hm-revenue-customs
Buyer's address
https://www.gov.uk/government/organisations/hm-revenue-customs
one.1) Name and addresses
HM Revenue & Customs
Ralli Quays, 3 Stanley Street
Salford
M60 9LA
Contact
Agha Aslam
Telephone
+44 03000598439
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/hm-revenue-customs
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
No
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
Tenders or requests to participate must be submitted to the above-mentioned 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
http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Direct and Indirect Taxes
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Detection Dogs
Reference number
SR591084835
two.1.2) Main CPV code
- 80512000 - Dog training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority (HMRC) is required to tackle the threat posed by the movement, storage, distribution and sale of illicit goods throughout the UK. This is achieved by deploying detection dogs to assist HMRC officers whilst they are inspecting or searching premises and vehicles to identify concealments and storage points of illicit products and the subsequent seizure of any illicit goods discovered.
two.1.5) Estimated total value
Value excluding VAT: £200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75240000 - Public security, law and order services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The Authority (HMRC) is required to tackle the threat posed by the movement, storage, distribution and sale of illicit goods throughout the UK. This is achieved by deploying detection dogs to assist HMRC officers whilst they are inspecting or searching premises and vehicles to identify concealments and storage points of illicit products and the subsequent seizure of any illicit goods discovered.
The contractor to provide the requisite number of personnel, dogs and other resources to meet the needs of HMRC for the provision of detection dogs and handlers.
The Contractor must ensure that its personnel i.e. handlers are suitably trained to competently perform detection tasks effectively.
The Contractor’s training programme will cover as a minimum the requirements set out below:
•How to diffuse aggressive behaviour
•The application of UK Human Rights, Children’s Legislation and cultural diversity and racial awareness
•Health and Safety
•Security Awareness
•First Aid
•Fire Safety
•Care and welfare of the dog
•First Aid for Dogs
•Hygiene of kennels and grooming of dogs
•Training in handling a working dog; this must be praise and reward based and must not be compulsion-based.
•Training of handler & dog to detect goods hidden in premises and vehicles.
•A HMRC Officer shall be permitted to evaluate, monitor and review the Contractor’s training programmes and practices; as requested by the Authority.
The contractor must have immediate access to the appropriate number of handler(s) and dog(s) which are fit and effective whilst having regard for the welfare and well-being of the dog(s) under his/her control.
The Authority will require the contractor to be available to deploy handler(s) and detection dog(s) at all times where 5 working days’ notice has been provided and to exercise maximum flexibility to meet any short term urgent requests for provision of a dog(s) at less than 5 working days.
The Authority requires the service to be provided 365 days a year.
The Authority requires the service to be provided 24 hours a day.
The contractor will be responsible for the provision, support and maintenance of its own equipment and vehicles, for ensuring the continued effectiveness of the detection dogs as well as the efficiency and conduct of the handlers.
The contractor to provide management support on a 24 hour basis, 7 days a week for both operational management and personnel management. The contractor must have a member of staff available to take responsibility for the delivery of the contract at all times, day and night, to receive telephone calls where necessary from the Authority’s duty manager.
Assurances will be required that a handler who is unable to perform his duty will be replaced by another handler immediately, so as to provide continuous availability of a detection dog and handler at each of the specified locations.
The contractor will comply with statutory requirements relating to the health and safety of the dogs and of staff and any persons encountered by the handlers in the course of their work.
Requirement:
The Authority has a requirement for an external contractor to provide trained handlers and detection dogs at UK locations (England, Wales, Scotland and Northern Ireland) and premises suspected to contain illicit goods and products such as tobacco and their derived products. Any other items or products which require detection by dogs will be specified by the Authority.
The contractor will be required to provide dog handlers and detection dogs to work alongside HMRC officers engaged in inspecting or searching premises and vehicles to assist in identifying concealments and storage points of illicit tobacco products; tobacco derived products as well as cash.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 45
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Management Activity / Weighting: 5
Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 5
Quality criterion - Name: Security & Business Continuity / Weighting: 5
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Initial 2 year contract with an option to extend for 2 x 12month periods.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
HMRC operates an Enterprise Resource Planning (electronic trading/ordering) system and has a Purchase Order Mandatory Policy. Successful tenderers will be required to provide information so that they can be adopted onto the system. Payment will be made by BACS within 30 days of receipt of a valid invoice.
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
18 June 2021
Local time
12:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 June 2021
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.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Please follow the below instructions if you wish to participate in the tender.
HMRC use an HMRC version of SAP Ariba Sourcing. Suppliers using HMRC's Ariba for the first time will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full As part of the registration process you will receive an email. Once you have obtained your account ID (AN) number, please email e.procurement@hmrc.gov.uk with the following information:
Contract title and Reference
Your organisation’s HMRC SAP Ariba account ID
Your organisation name
Your name
Your email address
Your telephone number.
Please cc denise.jones@hmrc.gov.uk into the above e-mail.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=592360103
GO Reference: GO-2021514-PRO-18248688
six.4) Procedures for review
six.4.1) Review body
HM Revenue & Customs
Ralli Quays, 3 Stanley Street
Salford
M60 9LA
Country
United Kingdom