Contract notice

Information

Published

Date of dispatch of this notice: 23/08/2018

Expire date: 28/09/2018

External Reference: 2018-419477

TED Reference: 2018/S 164-374791

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Greater Manchester Combined Authority - GMP
GB 183 0464 15
Openshaw Complex, Lawton Street, Openshaw
Manchester
M11 2NS
UK
Contact person: Ali Cordrey
Telephone: +44 1618561333
NUTS code:  UKD3 -  Greater Manchester
Internet address(es):
Main address: www.gmp.police.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=25278&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Animal Transport, Treatment & Associated Services (including Dangerous Dogs)
Reference number:  A0237
II.1.2)

Main CPV code

85200000  -  Veterinary services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Greater Manchester Combined Authority (on behalf of Greater Manchester Police) seeks bids from organisations capable of providing the following services, across the Greater Manchester area:
- The collection, transportation and emergency veterinary treatment of dogs seized under the Dangerous Dogs Act (1991); and
- The collection, transportation, emergency veterinary treatment, temporary accommodation and/or rehoming of dogs and/or other animals (domesticated, feral and/or wild), seized or removed from the scene of a police incident, for operational reasons, and for which Greater Manchester Police has a continuing duty of care.
The above services are required 24 hours a day, 7 days a week, including all public holidays.
Veterinary treatment and/or boarding of police dogs is not covered under this contract.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

60000000  -  Transport services (excl. Waste transport)
98380000  -  Dog kennel services
II.2.3)

Place of performance

NUTS code:  UKD3 -  Greater Manchester
Main site or place of performance:  
Manchester, M11 2NS
II.2.4)

Description of the procurement

The full specification and evaluation criteria are included as part of the Invitation to Tender, which is available to download free of charge from the Bluelight e-tendering portal (https://bluelight.eu-supply.com).
The Authority intends to award one contract to a single provider, either for the supply of all services or acting as the prime contractor and utilising one or more sub-contractors. Any sub-contracting or partnership arrangement must be declared to and approved by the Authority.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
The initial term will be 2 years, with the option to extend for a further 3 years, subject to performance, value for money and an on-going requirement for the services. Extensions may awarded as a single term or incrementally.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
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:  Veterinary treatment provided under this contract must be carried out by an appropriately qualified Veterinary Surgeon or Veterinary Nurse, who is registered with the Royal College of Veterinary Surgeons (RCVS) as fit to practice in the UK.
Any boarding establishment(s) used for the boarding of animals under this contract must be fully licensed under the Boarding Establishments Act 1963. The conditions of this licence must be maintained throughout the period of the contract, including any requirements to insure the premises and animals kept therein.
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

III.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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  28/09/2018
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 4  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  28/09/2018
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

Bidders should note that whilst the “Customer” is Greater Manchester Combined Authority, the goods/services are essentially being delivered to Greater Manchester Police who will be the main users of the goods/services. Therefore the Chief Constable of Greater Manchester Police will be given equal rights to the Authority, to enforce the provisions of the Contract, under the Contracts (Rights of Third Parties) Act 1999.
VI.4)

Procedures for review

VI.4.1)

Review body

Greater Manchester Deputy Mayor for Policing & Crime
Greater Manchester Combined Authority, 56 Oxford Street
Manchester
M16EU
UK