Tender

SPS 2820 - Stray Dog Collection and Kennelling Service

  • Royal Borough of Greenwich

F02: Contract notice

Notice identifier: 2024/S 000-041253

Procurement identifier (OCID): ocds-h6vhtk-04cc47

Published 20 December 2024, 3:36pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Greenwich

3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich

London

SE18 6HQ

Contact

Royal Borough of Greenwich Procurement Team

Email

procurement@royalgreenwich.gov.uk

Country

United Kingdom

Region code

UKI51 - Bexley and Greenwich

Internet address(es)

Main address

http://www.royalgreenwich.gov.uk/

Buyer's address

http://www.royalgreenwich.gov.uk/

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://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

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

SPS 2820 - Stray Dog Collection and Kennelling Service

Reference number

DN756790

two.1.2) Main CPV code

  • 98000000 - Other community, social and personal services

two.1.3) Type of contract

Services

two.1.4) Short description

The council has a statutory duty to provide a stray dogs service, that being the collection of any dog reported as stray within the authority 24 hours a day, 365 days per year. The Clean Neighbourhoods and Environment Act 2005 give Local Authorities sole responsibility for the collection of stray dogs. The service will also include the acceptance of any dog collected into kennels at any time. This includes the responsibility of the welfare of the dog as denoted by the Animal Welfare Act 2006, S3 (1)a, and shall comply with S9 of the Act for its duration.

The duration of the contract will be for an initial period of two (2) years with the option to further extend the contract on the same terms for a further period of one (1) year making possible a total contract period of three (3) years.

The estimated total annual contract value is £60,000. The estimated total contract value over three (3) years including the optional extension period is £180,000.

two.1.5) Estimated total value

Value excluding VAT: £180,000

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
  • UKI51 - Bexley and Greenwich

two.2.4) Description of the procurement

The Contracting Authority is seeking to enter into a contract with a contractor to provide a stray dogs and kennelling service.

The details of services to be delivered under this contract are set out in more detail in the procurement documents.

The duration of the contract will be for an initial period of two (2) years with the option to further extend the contract on the same terms for a further period of one (1) year making possible a total contract period of three (3) years.

The estimated total annual contract value is £60,000. The estimated total contract value over three (3) years including the optional extension period is £180,000.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £180,000

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

Start date

1 April 2025

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

The duration of the contract will be for an initial period of two (2) years with the option to further extend the contract on the same terms for a further period of one (1) year making possible a total contract period of three (3) years.

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

two.2.14) Additional information

Price is not the only award criterion and all criteria are stated in the procurement documents.


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


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

27 January 2025

Local time

5:00pm

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

28 January 2025

Local time

9:00am

Place

Tenders will be opened at the Royal Borough of Greenwich premises.

Information about authorised persons and opening procedure

Tenders will be opened by Royal Borough of Greenwich staff.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This procurement is being managed through the Contracting Authority's e-tendering portal, Proactis Procontract, hosted at: https://procontract.due-north.com.

To be able to access the procurement documents you will need to register your company details on the portal. Please check that you can access the documents and if you have any problems, then you should contact the helpdesk at Proactis Procontract.

The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract in respect of this Notice.

Full details of the scope and requirements for this opportunity is set out in the procurement documents issued by the Contracting Authority.

All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the tender and the procurement process as a whole. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.

The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Selection will be based solely on the criteria set out in the procurement documents.

six.4) Procedures for review

six.4.1) Review body

The High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Cabinet Office

London

London

SW1A 2AS

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Royal Borough of Greenwich has incorporated a minimum 10 calendar day standstill period after notification to unsuccessful applicants of the award decision.

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

Royal Borough of Greenwich

35 Wellington Street

London

SE18 6HQ

Country

United Kingdom