Contract notice

Information

Published

Expire date: 31/01/2022

External Reference: 2021-505935

FTS Reference: 2021-032112

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
West Yorkshire Combined Authority
Wellington House,
Leeds
LS1 2DE
UK
Contact person: Katrina Routledge
NUTS code:  UKE4 -  West Yorkshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=41814&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

The Collection & Boarding of Banned Breeds, Dangerous & Seized Dogs in West Yorkshire
Reference number:  2469d-2021
II.1.2)

Main CPV code

98380000  -  Dog kennel services
II.1.3)

Type of contract

Services
II.1.4)

Short description

West Yorkshire Police (WYP) require a collection and boarding service for banned breeds, dangerous and seized dogs. This contract will be for a period of 3 years with the option to extend for a further 3 x 12 month periods.
WYP has a 24/7 (365/6) operational requirement for the safe collection of dogs identified by the Police as either banned breeds, dangerous or welfare cases. The dogs that are to be collected can range from the very friendly to those that can be very difficult and dangerous to handle.
WYP require a Service Provider who can guarantee 55 kennels with access to an additional 25 kennels. These kennels must not be further than a 45 minutes’ drive away from Wakefield, WF2 0QD.
Following instruction from WYP the Service Provider will be required to safely and securely collect and kennel the dog(s) for a duration which will be determined by the Force; this can be long-term whilst a case proceeds through the courts.
II.1.5)

Estimated total value

Value excluding VAT: 2700000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

98380000  -  Dog kennel services
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
Main site or place of performance:  
West Yorkshire
II.2.4)

Description of the procurement

West Yorkshire Police (WYP) require a collection and boarding service for banned breeds, dangerous and seized dogs. This contract will be for a period of 3 years with the option to extend for a further 3 x 12 month periods.
WYP has a 24/7 (365/6) operational requirement for the safe collection of dogs identified by the Police as either banned breeds, dangerous or welfare cases. The dogs that are to be collected can range from the very friendly to those that can be very difficult and dangerous to handle.
WYP require a Service Provider who can guarantee 55 kennels with access to an additional 25 kennels. These kennels must not be further than a 45 minutes’ drive away from Wakefield, WF2 0QD.
Following instruction from WYP the Service Provider will be required to safely and securely collect and kennel the dog(s) for a duration which will be determined by the Force; this can be long-term whilst a case proceeds through the courts.
The Service Provider will be required to provide adequate and secure shelter, food and healthcare sufficient to meet the needs of the animal in line with the animal welfare act for animals placed in the custody of the kennel. Any specific healthcare requirements for a dog(s) will be agreed between the Service Provider and the Force following veterinary consultation.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2700000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  31/01/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  30/04/2022
IV.2.7)

Conditions for opening of tenders

Date:  31/01/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk