Tender

Supply of Boarding and Kennelling of Seized Dogs to the Metropolitan Police Service (MPS)

  • Metropolitan Police Service

F02: Contract notice

Notice identifier: 2024/S 000-031231

Procurement identifier (OCID): ocds-h6vhtk-047b61

Published 30 September 2024, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

Metropolitan Police Service

Metropolitan Police Service, New Scotland Yard, Victoria Embankment

LONDON

SW1A2JL

Contact

Ria Oxford

Email

Ria.L.Oxford@met.police.uk

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.met.police.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplier.coupahost.com/quotes/public_events?customer=metpolice

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Boarding and Kennelling of Seized Dogs to the Metropolitan Police Service (MPS)

Reference number

1766

two.1.2) Main CPV code

  • 98380000 - Dog kennel services

two.1.3) Type of contract

Services

two.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

two.1.5) Estimated total value

Value excluding VAT: £16,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Retained Kennels

Lot No

1

two.2.2) Additional CPV code(s)

  • 98380000 - Dog kennel services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract may be extended subject to circumstance at the time.

two.2) Description

two.2.1) Title

Framework Kennels

Lot No

2

two.2.2) Additional CPV code(s)

  • 98380000 - Dog kennel services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Contract Charges for the ad hoc purchase of Kennelling Services, excluding Welfare Kennels (subject to availability).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract may be extended subject to circumstance at the time.

two.2) Description

two.2.1) Title

Welfare Kennels

Lot No

3

two.2.2) Additional CPV code(s)

  • 98380000 - Dog kennel services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Contract Charges for the ad hoc purchase of Kennelling Services specifically for dogs seized on welfare grounds.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract may be extended subject to circumstance at the time.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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. 

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-020704

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 October 2024

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 November 2024

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Mayor's Office for Policing and Crime (MOPAC)

London

Country

United Kingdom