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
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://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
• 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