Contract notice

Information

Published

Date of dispatch of this notice: 26/02/2020

Expire date: 31/03/2020

External Reference: 2020-510070

TED Reference: 2020/S 042-100562

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
Commercial Services
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Cynthia Ampadu
Telephone: +44 7557246067
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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=32274&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

Provision of Police Dogs Veterinary and Animal Welfare Services
Reference number:  SS3/20/5
II.1.2)

Main CPV code

85200000  -  Veterinary services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The MPS is seeking to appoint a provider or providers to work in partnership with the MPS Dog Support Unit (DSU) and Dog Training Establishment (DTE) to provide high quality veterinary care and associated services to cover 24 hours a day, 365 days a year.
The MPS has approximately 360 Police dogs based at 6 key locations in North, South, East and West London including the Dog Training Establishment.
The provision of Police Dog Veterinary and Animal Welfare Services scope will be developed to give MPS assurances that the chosen providers will be able to provide the required services to a high standard and in line with value for money.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Lot 1 and Lot 2
II.2)

Description

II.2.1)

Title

General Veterinary Services
Lot No:  1
II.2.2)

Additional CPV code(s)

85000000  -  Health and social work services
85100000  -  Health services
85110000  -  Hospital and related services
85111000  -  Hospital services
85111100  -  Surgical hospital services
85111200  -  Medical hospital services
85111300  -  Gynaecological hospital services
85111310  -  In vitro fertilisation services
85111320  -  Obstetrical hospital services
85111400  -  Rehabilitation hospital services
85111500  -  Psychiatric hospital services
85111600  -  Orthotic services
85111700  -  Oxygen-therapy services
85111800  -  Pathology services
85111810  -  Blood analysis services
85111820  -  Bacteriological analysis services
85111900  -  Hospital dialysis services
85112000  -  Hospital support services
85112100  -  Hospital-bedding services
85112200  -  Outpatient care services
85120000  -  Medical practice and related services
85121000  -  Medical practice services
85121100  -  General-practitioner services
85121200  -  Medical specialist services
85121210  -  Gyneacologic or obstetric services
85121220  -  Nephrology or nervous system specialist services
85121230  -  Cardiology services or pulmonary specialists services
85121231  -  Cardiology services
85121232  -  Pulmonary specialists services
85121240  -  ENT or audiologist services
85121250  -  Gastroenterologist and geriatric services
85121251  -  Gastroenterologist services
85121280  -  Ophthalmologist, dermatology or orthopedics services
85121281  -  Ophthalmologist services
85121282  -  Dermatology services
85121283  -  Orthopaedic services
85121290  -  Paediatric or urologist services
85121291  -  Paediatric services
85121292  -  Urologist services
85121300  -  Surgical specialist services
85130000  -  Dental practice and related services
85131000  -  Dental-practice services
85131100  -  Orthodontic services
85131110  -  Orthodontic-surgery services
85140000  -  Miscellaneous health services
85141000  -  Services provided by medical personnel
85141100  -  Services provided by midwives
85141200  -  Services provided by nurses
85141210  -  Home medical treatment services
85141211  -  Dialysis home medical treatment services
85141220  -  Advisory services provided by nurses
85142100  -  Physiotherapy services
85142200  -  Homeopathic services
85142300  -  Hygiene services
85142400  -  Home delivery of incontinence products
85143000  -  Ambulance services
85144000  -  Residential health facilities services
85144100  -  Residential nursing care services
85145000  -  Services provided by medical laboratories
85146000  -  Services provided by blood banks
85146100  -  Services provided by sperm banks
85146200  -  Services provided by transplant organ banks
85147000  -  Company health services
85148000  -  Medical analysis services
85149000  -  Pharmacy services
85150000  -  Medical imaging services
85160000  -  Optician services
85210000  -  Domestic animal nurseries
33110000  -  Imaging equipment for medical, dental and veterinary use
33651690  -  Vaccines for veterinary medicine
85200000  -  Veterinary services
II.2.3)

Place of performance

Main site or place of performance:  
London
II.2.4)

Description of the procurement

Following the Open Competition, the chosen providers will be required to provide one of the following services:
Lot 1 - General Veterinary Services:
•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 healthcare for all Police dogs.
•This includes preventative healthcare, treatment and diagnosis of illnesses and injuries associated with general practice, the use of ultrasound and x-ray equipment along with basic surgical procedures.
•This Lot also requires veterinary provision to the MPS breeding programme, whelping support along with assessments of fitness to work (including retirement) and expert witness support for dangerous dog and animal welfare investigations. Equipment, supplies and services will be provided by the MPS.
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: 360000.00  GBP
II.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:  
Contract Length: 2 years with an option to extend for another 2 years.
2+1+1 years
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
II.2)

Description

II.2.1)

Title

Complex Veterinary Services(multi-providers lot - Framework Agreement)
Lot No:  2
II.2.2)

Additional CPV code(s)

85200000  -  Veterinary services
85100000  -  Health services
85110000  -  Hospital and related services
85111000  -  Hospital services
85111100  -  Surgical hospital services
85111200  -  Medical hospital services
85111300  -  Gynaecological hospital services
85111310  -  In vitro fertilisation services
85111320  -  Obstetrical hospital services
85111400  -  Rehabilitation hospital services
85111500  -  Psychiatric hospital services
85111600  -  Orthotic services
85111700  -  Oxygen-therapy services
85111800  -  Pathology services
85111810  -  Blood analysis services
85111820  -  Bacteriological analysis services
85111900  -  Hospital dialysis services
85112000  -  Hospital support services
85112100  -  Hospital-bedding services
85112200  -  Outpatient care services
85120000  -  Medical practice and related services
85121000  -  Medical practice services
85121100  -  General-practitioner services
85121200  -  Medical specialist services
85121210  -  Gyneacologic or obstetric services
85121220  -  Nephrology or nervous system specialist services
85121230  -  Cardiology services or pulmonary specialists services
85121240  -  ENT or audiologist services
85121250  -  Gastroenterologist and geriatric services
85121251  -  Gastroenterologist services
85121252  -  Geriatric services
85121270  -  Psychiatrist or psychologist services
85121271  -  Home for the psychologically disturbed services
85121280  -  Ophthalmologist, dermatology or orthopedics services
85121281  -  Ophthalmologist services
85121282  -  Dermatology services
85121283  -  Orthopaedic services
85121290  -  Paediatric or urologist services
85121291  -  Paediatric services
85121292  -  Urologist services
85121300  -  Surgical specialist services
85131000  -  Dental-practice services
85140000  -  Miscellaneous health services
85141000  -  Services provided by medical personnel
85141200  -  Services provided by nurses
85141210  -  Home medical treatment services
85141211  -  Dialysis home medical treatment services
85141220  -  Advisory services provided by nurses
85142000  -  Paramedical services
85142100  -  Physiotherapy services
85142200  -  Homeopathic services
85142300  -  Hygiene services
85142400  -  Home delivery of incontinence products
85143000  -  Ambulance services
85144100  -  Residential nursing care services
85145000  -  Services provided by medical laboratories
85146000  -  Services provided by blood banks
85146100  -  Services provided by sperm banks
85146200  -  Services provided by transplant organ banks
85147000  -  Company health services
85148000  -  Medical analysis services
85149000  -  Pharmacy services
85150000  -  Medical imaging services
85160000  -  Optician services
85170000  -  Acupuncture and chiropractor services
85171000  -  Acupuncture services
85172000  -  Chiropractor services
85210000  -  Domestic animal nurseries
33110000  -  Imaging equipment for medical, dental and veterinary use
33651690  -  Vaccines for veterinary medicine
II.2.4)

Description of the procurement

Following the Open Competition, the chosen providers will be required to provide one of the following services:
Lot 2 - Complex Veterinary Services:
•The MPS is seeking to appoint a single provider or providers to provide veterinary services which are of a more complex nature and outside of the scope and capability of Lot 1.
•This lot also requires the provision of care which is of an emergency, urgent or priority nature and to provide a fall-back option in the event that Lot 1 is unavailable. The providers (s) will deliver these services at their own facility and provide all necessary equipment, supplies and services.
•Emergency veterinary provision must be available 24 hours per day. Premises (excluding sites used for complex referrals) must geographically near to our 6x dog deployment bases in North, South, East and West London.
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: 520000.00  GBP
II.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:  
Contract Length 2 years with an option to extend for another 2 years.
2+1+1 years
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.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.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
Envisaged maximum number of participants to the framework agreement:  4
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  31/03/2020
Local time:  12:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  31/03/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The Metropolitan Police Service
11th Floor West, Empress State Building, Lillie Road,
London
SW6 1TR
UK
Internet address: https://www.met.police.uk/