Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Metropolitan Police Service
Metropolitan Police Service, New Scotland Yard, Victoria Embankment
LONDON
SW1A2JL
UK
Contact person: Ria Oxford
E-mail: Ria.L.Oxford@met.police.uk
NUTS: UKI
Internet address(es)
Main address: https://www.met.police.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of Boarding and Kennelling of Seized Dogs to the Metropolitan Police Service (MPS)
Reference number: 1766
II.1.2) Main CPV code
98380000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is tendering for the supply of the Boarding and Kennelling of Seized Dogs (the "Services"). The Authority is seeking through this tendering process to set up a supply framework with a suitably capable Supplier(s) to provide these Services for an initial term of 48 months, effective from 01/04/2025.
It is the intention of the Authority to enter into a Framework Agreement with one or more Supplier(s) under the following Lots.
Lot 1: Retained Kennels
Lot 2: Framework Kennels
Lot 3: Welfare Kennels
II.1.5) Estimated total value
Value excluding VAT:
16 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Retained Kennels
II.2.2) Additional CPV code(s)
98380000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Contract Charges for kennels reserved for Authority use only.
Where the Authority enters into a contract for Retained Kennels, the Supplier will be expected to invest in the expansion and/or upgrade of kennel facilities.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The services shall be re-tendered upon natural expiry of contract unless terminated earlier or the contract is required to be extended by time and value to ensure continuation of service provision whilst a re-tender programme is underway.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract may be extended subject to circumstance at the time.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Framework Kennels
II.2.2) Additional CPV code(s)
98380000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Contract Charges for the ad hoc purchase of Kennelling Services, excluding Welfare Kennels (subject to availability).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The services shall be re-tendered upon natural expiry of contract unless terminated earlier or the contract is required to be extended by time and value to ensure continuation of service provision whilst a re-tender programme is underway.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract may be extended subject to circumstance at the time.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Welfare Kennels
II.2.2) Additional CPV code(s)
98380000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Contract Charges for the ad hoc purchase of Kennelling Services specifically for dogs seized on welfare grounds.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The services shall be re-tendered upon natural expiry of contract unless terminated earlier or the contract is required to be extended by time and value to ensure continuation of service provision whilst a re-tender programme is underway.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract may be extended subject to circumstance at the time.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Key technical and operational requirements include (but are not limited to):
• Operational Hours - The Services must be operational 24/7, 365 days a year, including public holidays.
• Dog Types - The Supplier(s) must be capable of handling dogs with various temperaments and complex welfare needs, ensuring safety and proper care.
• Location - Kennel facilities should ideally be within a 150-mile radius of Charing Cross Police Station, Agar Street, London, WC2N 4JP, with transportation times minimised to protect animal welfare.
• Licensing - The Supplier(s) must have a minimum 3-star award/license from the relevant Local Authority under the Licensing of Activities Involving Animals (England) Regulations 2018. A copy of the licence must be supplied to the Authority. Further information on the legal requirements can be accessed by the links below:
https://www.legislation.gov.uk/uksi/2018/486/contents/made
https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/762431/animal-welfare-licensing-providing-boarding-for-dogs-guidance.pdf
• Welfare - The Supplier(s) must provide adequate and secure shelter, food, exercise/enrichment, healthcare, and veterinary treatment must be provided.
• Veterinary Care - The Supplier(s) will also be responsible for the health of the dogs whilst in its charge and for ensuring that veterinary care is available at all times of day or night. This must include the ability to transport the animal to a veterinary practice if required. Vehicles to be used for the transportation of dogs for veterinary or other purposes must comply with Section 4 of the Welfare of Animals (Transport) Order. Please see the requirements at the following links:
http://www.legislation.gov.uk/uksi/2006/3260/contents/made
• Personal Protective Equipment (PPE) - The Supplier(s) should have the necessary personal protective equipment and training for handling aggressive or difficult dogs.
• Regular Inspections - The Supplier's facilities must be inspected regularly to ensure compliance with all requirements, including those related to veterinary care, kennel construction, and dog handling equipment.
1.8 Key Legal and Compliance Requirements
All Supplier(s) must comply with relevant legislation and regulations, including (but not limited to):
• Licensing of Activities Involving Animals (England) Regulations 2018;
• Welfare of Animals (Transport) Order; and
• Veterinary Medicines Regulations 2013.
The Supplier(s) will also be required to maintain accurate records of all dogs in their care and provide regular reports to the Authority.
Please note that the Authority reserves the right to amend and/or refine these requirements as necessary throughout this procurement procedure by written notice to Tenderers.
A full specification of the required Services will be shared with successful Candidates as part of the Invitation to Tender.
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
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about 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:
2024/S 000-020704
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/10/2024
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
22/11/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Mayor's Office for Policing and Crime (MOPAC)
London
UK
VI.5) Date of dispatch of this notice
30/09/2024