Awarded contract

Detection Dogs

  • HM Revenue & Customs
  • HM Revenue & Customs

F03: Contract award notice

Notice reference: 2021/S 000-022813

Published 14 September 2021, 2:15pm



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

Email

denise.jones@hmrc.gov.uk

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

Email

agha.aslam@hmrc.gov.uk

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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £84,575.5

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.2.11) 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-010664


Section five. Award of contract

Contract No

SR591084835

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

31 August 2021

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Accted Ltd

Military House, 24 Castle Street

Chester

CH1 2DS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08594494

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £84,575.5


Section six. Complementary information

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 relevant information:

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=625940653

GO Reference: GO-2021914-PRO-18904442

six.4) Procedures for review

six.4.1) Review body

HM Revenue & Customs

Ralli Quays, 3 Stanley Street

Salford

M60 9LA

Country

United Kingdom