Section one: Contracting authority
one.1) Name and addresses
Police Service of Northern Ireland
Police Headquarters, Brooklyn, 65 Knock Road
BELFAST
BT5 6LE
Contact
Justice Sector
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
PSNI - COLLECTION, TRANSPORTATION AND CARE OF ANIMALS SEIZED IN THE COURSE OF INVESTIGATIONS AND RELATED ACTIVITIES
Reference number
ID 5258624
two.1.2) Main CPV code
- 98380000 - Dog kennel services
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £600,000
two.2) Description
two.2.2) Additional CPV code(s)
- 03325000 - Small animals
- 03322300 - Horses
- 98380000 - Dog kennel services
- 03322200 - Goats
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.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.
two.2.5) Award criteria
Quality criterion - Name: Qualitative Criteria / Weighting: 70
Cost criterion - Name: Qualitative Criteria / Weighting: 30
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-023269
Section five. Award of contract
Contract No
1
Title
Contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
26 March 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Withheld for Security reasons
BELFAST
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £600,000
Total value of the contract/lot: £600,000
Section six. Complementary information
six.4) Procedures for review
six.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
Country
United Kingdom