Section one: Contracting authority
one.1) Name and addresses
The Metropolitan Police Federation
2nd Floor, Kilburn Police Station,39 Salusbury Road, Queen's Park
LONDON
NW66LT
Contact
Ian Smith
Telephone
+44 7464651461
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://metpolice.coupahost.com/quotes/requests/1118
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://metpolice.coupahost.com/quotes/requests/1118
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
THE SUPPLY OF POLICE DOGS, VETERINARY AND ANIMAL WELFARE SERVICES
Reference number
Event #1118
two.1.2) Main CPV code
- 85200000 - Veterinary services
two.1.3) Type of contract
Services
two.1.4) Short description
The Mayor's Office for Policing and Crime (MOPAC) as the contracting authority is tendering for the supply of Police Dog Veterinary and Animal Welfare Services (the Services) to the Metropolitan Police Service (MPS). MOPAC/MPS is seeking through this tendering process to set up a supply framework with suitably capable contractor(s) to provide these Services for an initial term of 24 months and a unilateral option of MOPAC/MPS to extend for further periods up to a maximum of a further 24 months (2+1+1).
The provision of Police Dog Veterinary and Animal Welfare Services to Mayor's Office of Policing and Crime (MOPAC) comprises of multiple lots.
• Lot 1 - General Veterinary Services
• Lot 2 - Complex Veterinary Services
two.1.5) Estimated total value
Value excluding VAT: £1,800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
General Veterinary Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
The Metropolitan Police Dog Training Establishment,
Layhams Road,
Keston, Kent.
BR2 6AR
two.2.4) Description of the procurement
The MPS is seeking to appoint a single provider to provide a single vet styled practice based on MPS premises to cover basic, and routine and healthcare for all Police dogs. This Lot also requires veterinary provision of to the breeding programme (fitness to work and whelping support) along with an expert witness support for dangerous dog and animal welfare investigations.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.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
The contract period will be for an initial period of 24 months that can be extended up to a maximum of a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Complex Veterinary Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85200000 - Veterinary services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The MPS is seeking to appoint a single provider to provide veterinary care of a more complex and comprehensive nature to include emergency, urgent and priority care which is not capable of being dealt with under Lot 1. Lot 2 will also serve as a fall-back facility in the event that Lot 1 is not available and will be used in an emergency event only. This service must be available 24/7.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £300,000
two.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
The contract period will be for an initial period of 24 months that can be extended up to a maximum of a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 042-100562
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 April 2023
Local time
12:00pm
Changed to:
Date
28 June 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 April 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
High Courts of England and Wales
High Courts of England and Wales Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Proceedings must be brought within 30 days of the date on which the economic operator knew or ought to have known of the breach of duty owed to it by the contracting authority
unless the court considers there is good reason for extending the period within which proceedings can be brought.