By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Stray Dog Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Slough Borough Council
St Martin's Place, 51 Bath Road
For the attention of: Carli Thorpe
SL1 3UF Slough
UNITED KINGDOM
Telephone: +44 1753875916
E-mail:

Internet address(es):

General address of the contracting authority: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype;=view&requestview;=authority®ion;=REG-UATA-79EMAL&authority;=ORG-DNWA-7BTDD3&sd;=&stype;=&rv;=authority&start;=1&count;=10&contentid;=1.003

Address of the buyer profile: www.slough.gov.uk

Electronic access to information: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype;=viewcontract®ion;=REG-UATA-79EMAL&authority;=ORG-DNWA-7BTDD3&docid;=OS-DNWA-8SFF67&sd;=&stype;=&rv;=authority&start;=1&count;=10&contentid;=1.003

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Housing and community amenities
Social protection
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Stray Dog Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKJ11

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Dog kennel services. Animal calls. Slough Borough Council invites organisations to submit Tenders for the provision of Stray Dog Services to the Borough.
The Service Provider will be required to work with Slough Borough Council’s Neighbourhood Enforcement Team in carrying out the councils legal obligations with regards to stray dog collection services.
The requirements are split into three lots as below.
Lot 1) Administrative support; Confined dog collection & transport; Collected stray dog temporary holding facility; Assessment and re-homing; Collected Stray Dog Emergency Medical Assessment and Treatment; Unclaimed Stray Dog Euthanasia and Carcase Disposal.
Lot 2) Collected stray dog kennelling facility.
Lot 3) Integrated bid for an end-to-end solution combining lots 1 and 2.

Full details for each lot can be found in the full Specification set out in section VI of the ITT available vial the following link: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype;=viewcontract®ion;=REG-UATA-79EMAL&authority;=ORG-DNWA-7BTDD3&docid;=OS-DNWA-8SFF67&sd;=&stype;=&rv;=authority&start;=1&count;=10&contentid;=1.003.

II.1.6)Common procurement vocabulary (CPV)

98380000, 37413210

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one lot only
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Lot 1) Administrative support; Confined dog collection & transport; Collected stray dog temporary holding facility; Assessment and re-homing; Collected Stray Dog Emergency Medical Assessment and Treatment; Unclaimed Stray Dog Euthanasia and Carcase Disposal.
Lot 2) Collected stray dog kennelling facility.
Lot 3) Integrated bid for an end-to-end solution combining lots 1 and 2.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Stray Dog Collection & Transport
1)Short description
Lot 1) Administrative support; Confined dog collection & transport; Collected stray dog temporary holding facility; Assessment and re-homing; Collected Stray Dog Emergency Medical Assessment and Treatment; Unclaimed Stray Dog Euthanasia and Carcase Disposal.
2)Common procurement vocabulary (CPV)

98380000, 37413210

4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Collected Stray Dog Kennelling Facilities
1)Short description
Provision of, or access to, a permanent dog kennelling facility to hold collected stray dogs for the statutory minimum of seven days after initial collection by the dog warden. This facility must be fit for purpose, maintained both structurally and hygienically to the requirements of welfare and health and safety legislation and guidelines and compliant with current best practise.
2)Common procurement vocabulary (CPV)

98380000

4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Integrated Lot comprising all services under Lot 1 and Lot 2
1)Short description
Administrative support; Confined dog collection & transport; Collected stray dog temporary holding facility; Assessment and re-homing; Collected Stray Dog Emergency Medical Assessment and Treatment; Unclaimed Stray Dog Euthanasia and Carcase Disposal.
Provision of, or access to, a permanent dog kennelling facility to hold collected stray dogs for the statutory minimum of seven days after initial collection by the dog warden. This facility must be fit for purpose, maintained both structurally and hygienically to the requirements of welfare and health and safety legislation and guidelines and compliant with current best practise.
2)Common procurement vocabulary (CPV)

98380000, 37413210

3)Quantity or scope

For full details regarding this contract opportunity please refer to the detailed ITT and specification available on the South East Business Portal via the following link: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype;=viewcontract®ion;=REG-UATA-79EMAL&authority;=ORG-DNWA-7BTDD3&docid;=OS-DNWA-8SFF67&sd;=&stype;=&rv;=authority&start;=1&count;=10&contentid;=1.003.

4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html pcr.

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PUR12/11/01
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.5.2012 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.5.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 4.5.2012 - 14:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.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,and the contract will be awarded on the basis of the most economically advantageous tender.

Full details of this contract opportunity are available via the South East Business Portal using the following link: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype;=viewcontract®ion;=REG-UATA-79EMAL&authority;=ORG-DNWA-7BTDD3&docid;=OS-DNWA-8SFF67&sd;=&stype;=&rv;=authority&start;=1&count;=10&contentid;=1.003.

You must formally register your interest on this portal in order to be considered for this contract. GO Reference: GO-2012316-PRO-3790713.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Slough Borough Council
St Martin's Place, 51 Bath Road
SL1 3UF Slough
UNITED KINGDOM
E-mail:
Telephone: +44 1753875285
Fax: +44 1753478642

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.3.2012