Section one: Contracting authority
one.1) Name and addresses
The Department of Agriculture, Environment and Rural Affairs
303 Airport Road West
BELFAST
BT3 9ED
StrategicDelivery.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
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
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID 5265951 DAERA - Portal Imports and Controls - Provision of Search Dog for Detection of Illegal Products at Airports
Reference number
5265951
two.1.2) Main CPV code
- 80512000 - Dog training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department of Agriculture, Environment and Rural Affairs (DAERA) has a requirement for a Supplier to provide a detector dog and handler, on a full-time basis to assist Veterinary Service, a specific business area within DAERA, in the targeting of products of animal and plant origin at Northern Ireland (NI) airports and ports and parcel handling locations.
two.1.5) Estimated total value
Value excluding VAT: £728,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80512000 - Dog training services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Department of Agriculture, Environment and Rural Affairs (DAERA) has a requirement for a Supplier to provide a detector dog and handler, on a full-time basis to assist Veterinary Service, a specific business area within DAERA, in the targeting of products of animal and plant origin at Northern Ireland (NI) airports and ports and parcel handling locations.
two.2.6) Estimated value
Value excluding VAT: £728,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
60
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
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.. 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) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
29 July 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
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; not to award any contract as a. result of the procurement. process commenced by publication of this notice; to make whatever changes it may see fit to the content and. structure of the tendering. Competition; to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and to. award contract(s) in stages and. in no circumstances will the Authority be liable for any costs incurred by candidates...
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
For light touch contracts, the standstill period is not mandatory, however the Department reserves the right to apply a voluntary one. If a standstill period is observed, it should be at least ten days.