II.1)
Scope of the procurement
THE PROVISION OF BOARDING SERVICES FOR SEIZED DOGS
Reference number:
CONTRACT REF: SS3/19/177
98380000
-
Dog kennel services
Services
II.1.4)
Short description
The Mayor’s Office for Policing and Crime (MOPAC) as the contracting authority is tendering for the supply of Boarding and Kennelling of Seized Dogs (the Services) to the Metropolitan Police Service (MPS). The service covers all dogs seized or otherwise taken into possession by the Metropolitan Police Service. This includes dogs which generally fall into one or more of the following categories:
• Dogs of a Prohibited Type – 25%;
• Dogs which are Dangerously Out of Control – 35%;
• Dogs as Prisoners Property – 20%;
• Dogs taken into possession for Animal Cruelty Investigations – 15%;
• Other Non-Specific / Operational Reasons – 5%;
II.1.5)
Estimated total value
Value excluding VAT: 5360000.00
GBP
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
98380000
-
Dog kennel services
II.2.4)
Description of the procurement
The Mayor’s Office for Policing and Crime (MOPAC) as the contracting authority is tendering for the supply of Boarding and Kennelling of Seized Dogs (the Services) to the Metropolitan Police Service (MPS).
The service covers all dogs seized or otherwise taken into possession by the Metropolitan Police Service.
This includes dogs which generally fall into one or more of the following categories:
• Dogs of a Prohibited Type – 25%;
• Dogs which are Dangerously Out of Control – 35%;
• Dogs as Prisoners Property – 20%;
• Dogs taken into possession for Animal Cruelty Investigations – 15%;
• Other Non-Specific / Operational Reasons – 5%;
These dogs can range from the very friendly to those that can be difficult to handle and includes dogs that have attacked persons and / or other animals to those who have complex welfare needs.
Every dog is a potential threat, which can be judged to a certain extent by its history and exhibited behaviour. Service providers will be expected to treat all dogs with the utmost caution and respect whilst taking every possible step to ensure the best welfare provision is made.
The Services must be provided seven days a week, including Christmas Day, Boxing Day, New Year’s Day, Good Friday and all Bank Holidays, 24hrs a day. Kennels must be able to facilitate new arrivals between 07:00 am and 00:00 am daily as a minimum.
1. Scope
1.1 The Service to be provided will cover the following:
The provision of adequate and secure shelter, food, exercise / enrichment, healthcare and veterinary treatment for animals placed in the custody of the kennel.
1.2 The number of dogs requiring boarding is estimated at 1100 per annum.
1.3 The maximum number of total kennels space required is 220 per day across all providers. The minimum number of kennel space required over the last 12 months is 160 spaces per day. There are seasonal / operational variances in demand.
1.4 The average length of kennel days per dog is approximately 85 days per stay.
1.5 The maximum number of suppliers to be awarded the framework agreement is 6.
1.6 The maximum number of kennel spaces to be awarded to a single provider is 70.
The MPS consider that in the interest of animal welfare transportation time for seized dogs from police kennels to contract kennels should be minimised. It is therefore expected that contracted kennelling facilities should be situated no longer than 90 minutes (off-peak) journey time from Charing Cross Police Station, Agar Street, London, WC2N 4JP.
For the purpose of determining eligibility with regards to journey time this will be calculated using Google Maps (https://www.google.com/maps/) for a planned car journey on Wednesday at 10am between Charing Cross Police Station (above) and the Kennel location.
1.7 The provider must hold a minimum 3 star award / licence issued by the relevant Local Authority for the Provision of Boarding for Dogs compliant with Licensing of Activities Involving Animals (England) Regulations 2018. A copy of the licence must be supplied to MPS/MOPAC.
For full requirements, see Annex B Specification of Requirements
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 5360000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
This contract is subject to renewal:
no
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