HMRC: Detection Dogs

  HMRC has published this notice through Delta eSourcing

Notice Summary
Title: Detection Dogs
Notice type: Contract Notice
Authority: HMRC
Nature of contract: Services
Procedure: Open
Short Description: The Authority (HMRC) is required to tackle the threat posed by the movement, storage, distribution and sale of illicit goods throughout the UK. This is achieved by deploying detection dogs to assist HMRC officers whilst they are inspecting or searching premises and vehicles to identify concealments and storage points of illicit products and the subsequent seizure of any illicit goods discovered.
Published: 14/05/2021 11:27

View Full Notice

UK-Salford: Dog training services.
Section I: Contracting Authority
      I.1) Name and addresses
             HM Revenue & Customs, United Kingdom
             https://www.gov.uk/government/organisations/hm-revenue-customs, Salford, M60 9LA, United Kingdom
             Tel. +44 7815439064, Email: denise.jones@hmrc.gov.uk
             Contact: Denise Jones
             Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs, Address of the buyer profile: https://www.gov.uk/government/organisations/hm-revenue-customs
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: No       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Detection Dogs       
      Reference Number: SR591084835
      II.1.2) Main CPV Code:
      80512000 - Dog training services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Authority (HMRC) is required to tackle the threat posed by the movement, storage, distribution and sale of illicit goods throughout the UK. This is achieved by deploying detection dogs to assist HMRC officers whilst they are inspecting or searching premises and vehicles to identify concealments and storage points of illicit products and the subsequent seizure of any illicit goods discovered.       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      75240000 - Public security, law and order services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The Authority (HMRC) is required to tackle the threat posed by the movement, storage, distribution and sale of illicit goods throughout the UK. This is achieved by deploying detection dogs to assist HMRC officers whilst they are inspecting or searching premises and vehicles to identify concealments and storage points of illicit products and the subsequent seizure of any illicit goods discovered.
The contractor to provide the requisite number of personnel, dogs and other resources to meet the needs of HMRC for the provision of detection dogs and handlers.

The Contractor must ensure that its personnel i.e. handlers are suitably trained to competently perform detection tasks effectively.

The Contractor’s training programme will cover as a minimum the requirements set out below:

•How to diffuse aggressive behaviour
•The application of UK Human Rights, Children’s Legislation and cultural diversity and racial awareness
•Health and Safety
•Security Awareness
•First Aid
•Fire Safety
•Care and welfare of the dog
•First Aid for Dogs
•Hygiene of kennels and grooming of dogs
•Training in handling a working dog; this must be praise and reward based and must not be compulsion-based.
•Training of handler & dog to detect goods hidden in premises and vehicles.
•A HMRC Officer shall be permitted to evaluate, monitor and review the Contractor’s training programmes and practices; as requested by the Authority.

The contractor must have immediate access to the appropriate number of handler(s) and dog(s) which are fit and effective whilst having regard for the welfare and well-being of the dog(s) under his/her control.

The Authority will require the contractor to be available to deploy handler(s) and detection dog(s) at all times where 5 working days’ notice has been provided and to exercise maximum flexibility to meet any short term urgent requests for provision of a dog(s) at less than 5 working days.

The Authority requires the service to be provided 365 days a year.

The Authority requires the service to be provided 24 hours a day.

The contractor will be responsible for the provision, support and maintenance of its own equipment and vehicles, for ensuring the continued effectiveness of the detection dogs as well as the efficiency and conduct of the handlers.

The contractor to provide management support on a 24 hour basis, 7 days a week for both operational management and personnel management. The contractor must have a member of staff available to take responsibility for the delivery of the contract at all times, day and night, to receive telephone calls where necessary from the Authority’s duty manager.

Assurances will be required that a handler who is unable to perform his duty will be replaced by another handler immediately, so as to provide continuous availability of a detection dog and handler at each of the specified locations.

The contractor will comply with statutory requirements relating to the health and safety of the dogs and of staff and any persons encountered by the handlers in the course of their work.




Requirement:
The Authority has a requirement for an external contractor to provide trained handlers and detection dogs at UK locations (England, Wales, Scotland and Northern Ireland) and premises suspected to contain illicit goods and products such as tobacco and their derived products. Any other items or products which require detection by dogs will be specified by the Authority.

The contractor will be required to provide dog handlers and detection dogs to work alongside HMRC officers engaged in inspecting or searching premises and vehicles to assist in identifying concealments and storage points of illicit tobacco products; tobacco derived products as well as cash.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical / Weighting: 45
            Quality criterion - Name: Social Value / Weighting: 10
            Quality criterion - Name: Management Activity / Weighting: 5
            Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 5
            Quality criterion - Name: Security & Business Continuity / Weighting: 5
                        
            Cost criterion - Name: Price / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Initial 2 year contract with an option to extend for 2 x 12month periods.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      HMRC operates an Enterprise Resource Planning (electronic trading/ordering) system and has a Purchase Order Mandatory Policy. Successful tenderers will be required to provide information so that they can be adopted onto the system. Payment will be made by BACS within 30 days of receipt of a valid invoice.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/06/2021 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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/06/2021
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
Please follow the below instructions if you wish to participate in the tender.
HMRC use an HMRC version of SAP Ariba Sourcing. Suppliers using HMRC's Ariba for the first time will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full As part of the registration process you will receive an email. Once you have obtained your account ID (AN) number, please email e.procurement@hmrc.gov.uk with the following information:
Contract title and Reference
Your organisation’s HMRC SAP Ariba account ID
Your organisation name
Your name
Your email address
Your telephone number.
Please cc denise.jones@hmrc.gov.uk into the above e-mail.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=592360103
   VI.4) Procedures for review
   VI.4.1) Review body:
             HM Revenue & Customs
       Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 14/05/2021

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       HM Revenue & Customs
       Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Tel. +44 03000598439, Email: agha.aslam@hmrc.gov.uk
       Contact: Agha Aslam
       Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs
       NUTS Code: UK

View any Notice Addenda

View Award Notice

UK-Salford: Dog training services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       HM Revenue & Customs, United Kingdom
       https://www.gov.uk/government/organisations/hm-revenue-customs, Salford, M60 9LA, United Kingdom
       Tel. +44 7815439064, Email: denise.jones@hmrc.gov.uk
       Contact: Denise Jones
       Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs, Address of the buyer profile: https://www.gov.uk/government/organisations/hm-revenue-customs
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: No
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions

   I.5) Main activity:
      Other activity: Direct and Indirect Taxes

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Detection Dogs            
      Reference number: SR591084835

      II.1.2) Main CPV code:
         80512000 - Dog training services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Authority (HMRC) is required to tackle the threat posed by the movement, storage, distribution and sale of illicit goods throughout the UK. This is achieved by deploying detection dogs to assist HMRC officers whilst they are inspecting or searching premises and vehicles to identify concealments and storage points of illicit products and the subsequent seizure of any illicit goods discovered.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 84,575.5
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            75240000 - Public security, law and order services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The Authority (HMRC) is required to tackle the threat posed by the movement, storage, distribution and sale of illicit goods throughout the UK. This is achieved by deploying detection dogs to assist HMRC officers whilst they are inspecting or searching premises and vehicles to identify concealments and storage points of illicit products and the subsequent seizure of any illicit goods discovered.
The contractor to provide the requisite number of personnel, dogs and other resources to meet the needs of HMRC for the provision of detection dogs and handlers.

The Contractor must ensure that its personnel i.e. handlers are suitably trained to competently perform detection tasks effectively.

The Contractor’s training programme will cover as a minimum the requirements set out below:

•How to diffuse aggressive behaviour
•The application of UK Human Rights, Children’s Legislation and cultural diversity and racial awareness
•Health and Safety
•Security Awareness
•First Aid
•Fire Safety
•Care and welfare of the dog
•First Aid for Dogs
•Hygiene of kennels and grooming of dogs
•Training in handling a working dog; this must be praise and reward based and must not be compulsion-based.
•Training of handler & dog to detect goods hidden in premises and vehicles.
•A HMRC Officer shall be permitted to evaluate, monitor and review the Contractor’s training programmes and practices; as requested by the Authority.

The contractor must have immediate access to the appropriate number of handler(s) and dog(s) which are fit and effective whilst having regard for the welfare and well-being of the dog(s) under his/her control.

The Authority will require the contractor to be available to deploy handler(s) and detection dog(s) at all times where 5 working days’ notice has been provided and to exercise maximum flexibility to meet any short term urgent requests for provision of a dog(s) at less than 5 working days.

The Authority requires the service to be provided 365 days a year.

The Authority requires the service to be provided 24 hours a day.

The contractor will be responsible for the provision, support and maintenance of its own equipment and vehicles, for ensuring the continued effectiveness of the detection dogs as well as the efficiency and conduct of the handlers.

The contractor to provide management support on a 24 hour basis, 7 days a week for both operational management and personnel management. The contractor must have a member of staff available to take responsibility for the delivery of the contract at all times, day and night, to receive telephone calls where necessary from the Authority’s duty manager.

Assurances will be required that a handler who is unable to perform his duty will be replaced by another handler immediately, so as to provide continuous availability of a detection dog and handler at each of the specified locations.

The contractor will comply with statutory requirements relating to the health and safety of the dogs and of staff and any persons encountered by the handlers in the course of their work.




Requirement:
The Authority has a requirement for an external contractor to provide trained handlers and detection dogs at UK locations (England, Wales, Scotland and Northern Ireland) and premises suspected to contain illicit goods and products such as tobacco and their derived products. Any other items or products which require detection by dogs will be specified by the Authority.

The contractor will be required to provide dog handlers and detection dogs to work alongside HMRC officers engaged in inspecting or searching premises and vehicles to assist in identifying concealments and storage points of illicit tobacco products; tobacco derived products as well as cash.

      II.2.5) Award criteria:
      Quality criterion - Name: Technical / Weighting: 45
      Quality criterion - Name: Social Value / Weighting: 10
      Quality criterion - Name: Management Activity / Weighting: 5
      Quality criterion - Name: Social, Environmental & Innovative Characteristics / Weighting: 5
      Quality criterion - Name: Security & Business Continuity / Weighting: 5
                  
      Cost criterion - Name: Price / Weighting: 30
            

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-010664
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: SR591084835    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/08/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Accted Ltd, 08594494
             Military House, 24 Castle Street, Chester, CH1 2DS, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 84,575.5
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
Please follow the below instructions if you wish to participate in the tender.
HMRC use an HMRC version of SAP Ariba Sourcing. Suppliers using HMRC's Ariba for the first time will need to register at http://hmrc.supplier-eu.ariba.com/ad/register/SSOActions?type=full As part of the registration process you will receive an email. Once you have obtained your account ID (AN) number, please email e.procurement@hmrc.gov.uk with the relevant information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=625940653

   VI.4) Procedures for review

      VI.4.1) Review body
          HM Revenue & Customs
          Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 14/09/2021

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       HM Revenue & Customs
       Ralli Quays, 3 Stanley Street, Salford, M60 9LA, United Kingdom
       Tel. +44 03000598439, Email: agha.aslam@hmrc.gov.uk
       Contact: Agha Aslam
       Main Address: https://www.gov.uk/government/organisations/hm-revenue-customs
       NUTS Code: UK