Tender

Stray Dogs and Kennelling

  • London Borough of Bromley

F02: Contract notice

Notice identifier: 2022/S 000-025733

Procurement identifier (OCID): ocds-h6vhtk-03683f

Published 14 September 2022, 9:04am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Bromley

Bromley Civic Centre, Stockwell Close

Bromley

BR1 3UH

Contact

Procurement

Email

Procurement@bromley.gov.uk

Telephone

+44 208313440000

Country

United Kingdom

Region code

UKI61 - Bromley

Internet address(es)

Main address

http://www.bromley.gov.uk/

Buyer's address

http://www.bromley.gov.uk/

one.3) Communication

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

www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.londontenders.org

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Stray Dogs and Kennelling

Reference number

DN632740

two.1.2) Main CPV code

  • 98300000 - Miscellaneous services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council has a statutory duty under sections 149 and 150 of the Environmental Protection Act 1990 (EPA 199) and the Environmental Protection (Stray Dogs) Regulations 1992 (the 1992 Regulations) to collect and detain stray dogs.

On 6th April 2008, section 68 of the Clean Neighbourhoods and Environment Act 2005 (CNEA 2005) came into force. This removed from the legislation any requirement for the Police to seize stray dogs or to accept any brought to them. As a result, Local Authority duties were extended, and they now have sole responsibility for discharging all stray dog functions.

The Local Authority therefore has a duty to collect and detain stray dogs for a period of seven (7) days, after which their ownership passes to the Council. Local Authorities also have a duty to return seized dogs to their owners and keep a register of such stray dogs.

two.1.5) Estimated total value

Value excluding VAT: £310,000

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
  • UKI61 - Bromley

two.2.4) Description of the procurement

The Council has a statutory duty under sections 149 and 150 of the Environmental Protection Act 1990 (EPA 199) and the Environmental Protection (Stray Dogs) Regulations 1992 (the 1992 Regulations) to collect and detain stray dogs.

On 6th April 2008, section 68 of the Clean Neighbourhoods and Environment Act 2005 (CNEA 2005) came into force. This removed from the legislation any requirement for the Police to seize stray dogs or to accept any brought to them. As a result, Local Authority duties were extended, and they now have sole responsibility for discharging all stray dog functions.

The Local Authority therefore has a duty to collect and detain stray dogs for a period of seven (7) days, after which their ownership passes to the Council. Local Authorities also have a duty to return seized dogs to their owners and keep a register of such stray dogs.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £310,000

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

Start date

1 November 2022

End date

31 October 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As indicated within the tender documents


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

17 October 2022

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

17 October 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

The Strand

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

The Stand

London

Country

United Kingdom