Award

PSNI - COLLECTION, TRANSPORTATION AND CARE OF ANIMALS SEIZED IN THE COURSE OF INVESTIGATIONS AND RELATED ACTIVITIES

POLICE SERVICE OF NORTHERN IRELAND

This public procurement record has 2 releases in its history.

Award

27 Mar 2025 at 11:27

Tender

25 Jul 2024 at 14:30

Summary of the contracting process

The Police Service of Northern Ireland (PSNI) is seeking suppliers for the collection, transportation, and care of animals seized during investigations and related activities. This procurement falls under the "Dog kennel services" industry category, with services to be delivered in the UK region. The procurement is currently in the tender stage, with key dates including the tender end date on 27 August 2024, and the bid opening date on the same day, followed by award decisions communicated with a standstill period to provide transparency before contract finalisation.

This tender presents a significant opportunity for businesses involved in animal care and transportation services to expand their operations by engaging with law enforcement. Companies with expertise in animal welfare, such as kennels or veterinary services, would be ideal candidates. The open procurement method allows for transparent competition, and with a contract value of £600,000 GBP, businesses can leverage this project to establish a reliable revenue stream while contributing to public safety. Strict performance standards will ensure that only high-quality services are delivered throughout the initial contract period and potential extension periods.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PSNI - COLLECTION, TRANSPORTATION AND CARE OF ANIMALS SEIZED IN THE COURSE OF INVESTIGATIONS AND RELATED ACTIVITIES

Notice Description

The Police Service of Northern Ireland (PSNI) seek to appoint up to two Supplier(s) to manage the collection, transportation, care, and disposal of animals at the request of the Investigating officer PSNI wildlife department. The animals will be formally seized by PSNI in the course of investigations and related activities or taken in to care for the purposes of safeguarding in line with statutory responsibilities. This contract does not require the provision of an advisory role. The PSNI wildlife liaison department will advise officers and manage the budget overseen by the lead for Rural and Wildlife Crime Unit Superintendent in consultation with PSNI legal services. The Supplier(s) have no statutory powers to make seizures and/or prosecute offenders. They must rely upon PSNI to perform this role. Further information on the services required are detailed in the Specification document.

Lot Information

Lot 1

The Police Service of Northern Ireland (PSNI) seek to appoint up to two Supplier(s) to manage the collection, transportation, care, and disposal of animals at the request of the Investigating officer PSNI wildlife department. The animals will be formally seized by PSNI in the course of investigations and related activities or taken in to care for the purposes of safeguarding in line with statutory responsibilities. This contract does not require the provision of an advisory role. The PSNI wildlife liaison department will advise officers and manage the budget overseen by the lead for Rural and Wildlife Crime Unit Superintendent in consultation with PSNI legal services. The Supplier(s) have no statutory powers to make seizures and/or prosecute offenders. They must rely upon PSNI to perform this role. Further information on the services required are detailed in the Specification document. Additional information: Contract Value. The figure indicated in Section II 1.5 represents an estimated contract value. This. value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or. increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level. of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators. remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time. as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

Options: Following the initial contract period, there is one option to extend for a period of up to 2 years. Optional extension periods will be subject to review and satisfactory performance assessment by the Contracting Authority.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0484b5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011500-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

03 - Agricultural, farming, fishing, forestry and related products

98 - Other community, social and personal services


CPV Codes

03322200 - Goats

03322300 - Horses

03325000 - Small animals

98380000 - Dog kennel services

Notice Value(s)

Tender Value
£600,000 £500K-£1M
Lots Value
£600,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£600,000 £500K-£1M

Notice Dates

Publication Date
27 Mar 202511 months ago
Submission Deadline
27 Aug 2024Expired
Future Notice Date
Not specified
Award Date
26 Mar 202511 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
POLICE SERVICE OF NORTHERN IRELAND
Additional Buyers

POLICE SERVICE OF NORTHERN IRELAND PSNI

Contact Name
Justice Sector
Contact Email
justice.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland, TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Sandown
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

WITHHELD FOR SECURITY REASONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0484b5-2025-03-27T11:27:48Z",
    "date": "2025-03-27T11:27:48Z",
    "ocid": "ocds-h6vhtk-0484b5",
    "initiationType": "tender",
    "tender": {
        "id": "ID 5258624",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PSNI - COLLECTION, TRANSPORTATION AND CARE OF ANIMALS SEIZED IN THE COURSE OF INVESTIGATIONS AND RELATED ACTIVITIES",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "98380000",
            "description": "Dog kennel services"
        },
        "mainProcurementCategory": "services",
        "description": "The Police Service of Northern Ireland (PSNI) seek to appoint up to two Supplier(s) to manage the collection, transportation, care, and disposal of animals at the request of the Investigating officer PSNI wildlife department. The animals will be formally seized by PSNI in the course of investigations and related activities or taken in to care for the purposes of safeguarding in line with statutory responsibilities. This contract does not require the provision of an advisory role. The PSNI wildlife liaison department will advise officers and manage the budget overseen by the lead for Rural and Wildlife Crime Unit Superintendent in consultation with PSNI legal services. The Supplier(s) have no statutory powers to make seizures and/or prosecute offenders. They must rely upon PSNI to perform this role. Further information on the services required are detailed in the Specification document.",
        "value": {
            "amount": 600000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Police Service of Northern Ireland (PSNI) seek to appoint up to two Supplier(s) to manage the collection, transportation, care, and disposal of animals at the request of the Investigating officer PSNI wildlife department. The animals will be formally seized by PSNI in the course of investigations and related activities or taken in to care for the purposes of safeguarding in line with statutory responsibilities. This contract does not require the provision of an advisory role. The PSNI wildlife liaison department will advise officers and manage the budget overseen by the lead for Rural and Wildlife Crime Unit Superintendent in consultation with PSNI legal services. The Supplier(s) have no statutory powers to make seizures and/or prosecute offenders. They must rely upon PSNI to perform this role. Further information on the services required are detailed in the Specification document. Additional information: Contract Value. The figure indicated in Section II 1.5 represents an estimated contract value. This. value reflects the potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into account the application of indexation or. increases to charges due to increases in the Real Living Wage. Neither CPD nor the Authority can provide any guarantee as to the level. of business under this contract. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators. remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation that a contract will be entered into until such time. as entry into the Contract has been confirmed by the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
                "value": {
                    "amount": 600000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Following the initial contract period, there is one option to extend for a period of up to 2 years. Optional extension periods will be subject to review and satisfactory performance assessment by the Contracting Authority."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Qualitative Criteria",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Qualitative Criteria",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "03325000",
                        "description": "Small animals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "03322300",
                        "description": "Horses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98380000",
                        "description": "Dog kennel services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "03322200",
                        "description": "Goats"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps"
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. 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 CPD 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 Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can 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 three years from the date of issue. The Authority expressly reserves the rights;. (I). not to award any contract as a result of the procurement process commenced by publication of this notice;.(II). to make whatever changes it may see fit to the content and structure of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the services covered by this notice; and. (IV). to award contract(s) in stages and in no circumstances will the Authority be liable for any costs incurred by candidates.\" This project will be used to progress the Government's wider social, economic and environmental objectives."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-08-27T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2024-12-25T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2024-08-27T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2024-08-27T15:30:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the 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."
    },
    "parties": [
        {
            "id": "GB-FTS-105378",
            "name": "Police Service of Northern Ireland PSNI",
            "identifier": {
                "legalName": "Police Service of Northern Ireland PSNI"
            },
            "address": {
                "streetAddress": "c/o CPD, Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Justice Sector",
                "email": "justice.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.psni.police.uk",
                "buyerProfile": "https://www.finance-ni.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-20217",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
            "identifier": {
                "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-137557",
            "name": "Police Service of Northern Ireland",
            "identifier": {
                "legalName": "Police Service of Northern Ireland"
            },
            "address": {
                "streetAddress": "Police Headquarters, Brooklyn, 65 Knock Road",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT5 6LE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Justice Sector",
                "email": "justice.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.psni.police.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-142089",
            "name": "Withheld for Security reasons",
            "identifier": {
                "legalName": "Withheld for Security reasons"
            },
            "address": {
                "locality": "BELFAST",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "justice.cpd@finance-ni.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-137557",
        "name": "Police Service of Northern Ireland"
    },
    "language": "en",
    "awards": [
        {
            "id": "011500-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-142089",
                    "name": "Withheld for Security reasons"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "011500-2025-1-1",
            "awardID": "011500-2025-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 600000,
                "currency": "GBP"
            },
            "dateSigned": "2025-03-26T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}