Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Police Service of Northern Ireland
c/o Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
Contact person: Justice.CPD
E-mail: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PSNI — Collection, Transportation and Care of Animals Seized in the Course of Investigations and Related Activities
II.1.2) Main CPV code
03320000
II.1.3) Type of contract
Services
II.1.4) Short description
The Police Service of Northern Ireland (PSNI) (the Client) require a contractor to manage the care of animals seized in the course of investigations and related activities. PSNI is an enforcement agency for the Welfare of Animals Act (NI) 2011 and the Wildlife (NI) Order 1985 (as amended by the Wildlife and Natural Environment Act (NI) 2011). It is essential that, from time to time, PSNI must seize and detain animals, to ensure the successful investigation and prosecution of offenders. However, PSNI does not have adequate facilities to provide for the necessary care and maintenance of such seized animals.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
500 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
03322300
03322200
98380000
03325000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The Police Service of Northern Ireland (PSNI) (the Client) require a contractor to manage the care of animals seized in the course of investigations and related activities. PSNI is an enforcement agency for the Welfare of Animals Act (NI) 2011 and the Wildlife (NI) Order 1985 (as amended by the Wildlife and Natural Environment Act (NI) 2011). It is essential that, from time to time, PSNI must seize and detain animals, to ensure the successful investigation and prosecution of offenders. However, PSNI does not have adequate facilities to provide for the necessary care and maintenance of such seized animals.
II.2.5) Award criteria
Quality criterion: Mthodology
/ Weighting: 52
Quality criterion: Contract management
/ Weighting: 13
Cost criterion: Total daily costs for all animal groups
/ Weighting: 25
Cost criterion: Total discount offered for collection transportation on a per animal basis for 2+ animals
/ Weighting: 10
II.2.11) Information about options
Options:
Yes
Description of options:
2-year initial contract period with option to extend for up to 24 months.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 099-240102
Section V: Award of contract
Contract No: 1
Title: Contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/10/2019
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Withheld for Security Reasons
c/o Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-mail: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Withheld for Security Reasons
c/o Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
E-mail: Justice.CPD@finance-ni.gov.uk
NUTS: UK
Internet address(es)
URL: https://etendersni.gov.uk/epps
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 500 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Contract monitoring: the successful contractor's performance will be regularly monitored. 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 construction and procurement delivery 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 written warning and a notice of unsatisfactory performance and this contract may be terminated. The issue of a notice of written warning and a notice of unsatisfactory performance will 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 up to 3 years from the date of issue of the notice.
VI.4) Procedures for review
VI.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures
Belfast
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures. CPD will comply with the Public Contracts Regulations 2015 and where appropriate, will incorporate standstill period (i.e. a minimum of 10 calendar days) at the point information on award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
07/10/2019