Contract notice

Information

Published

Date of dispatch of this notice: 26/05/2020

Expire date: 02/07/2020

External Reference: 2020-543955

TED Reference: 2020/S 104-252539

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Robert Friend
Telephone: +44 71611550
Internet address(es):
Main address: www.met.police.uk

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=32887&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

The Supply of Feed, Forage, Hay and Stable Requisites for MPS Stables
Reference number:  SS2/18/9
II.1.2)

Main CPV code

03322300  -  Horses
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

he Authority is seeking Contractor/s for the for The Supply of Feed, Forage, Hay and Stable Requisites for MPS Stables.
This requirement is split into three (3) Lots:
The values are the estimated value for entire contract period.
Lot 1 - Hay - £600,000
Lot 2 - Haylage - £300,000
Lot 3 - Horse Feed, Bedding and Stable Requisites - £1,100,000
The MPS/Authority is seeking through this tendering process to award contracts with suitably capable Bidder(s) to provide these Goods for an initial term of 36 months and a unilateral option of the MPS/Authority to extend for further periods of 24 months up to a maximum of 60 months.
II.1.5)

Estimated total value

Value excluding VAT: 2000000.00  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:  
The requirement is split into two lots and bidders may bid for one or more lots. The MPS will award contract(s) to the highest scoring bidder of each lot, which is the most economically advantageous tender based upon the award criteria set out in the ITT
II.2)

Description

II.2.1)

Title

Lot 1 - Hay
Lot No:  1
II.2.2)

Additional CPV code(s)

15700000  -  Animal feedstuffs
03322300  -  Horses
II.2.3)

Place of performance

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

Description of the procurement

Hay
The contract must supply good quality seed hay, of good mixture. It shall in all cases be well saved, sweet, dry and be free from dust, ragwort, mould and mould inhibitors. It shall not be mow-burnt. Shouldn’t be of the current year’s growth.
The hay must be delivered compressed in bales with a weight of 25kg.
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: 600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
An initial term of 36 months and a unilateral option of the MPS/Authority to extend for further periods of up to a maximum of 24 months.
II.2.10)

Information about variants

Variants will be accepted: yes
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.2.14)

Additional information

Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com
II.2)

Description

II.2.1)

Title

Lot 2 - Haylage
Lot No:  2
II.2.2)

Additional CPV code(s)

15700000  -  Animal feedstuffs
03322300  -  Horses
II.2.3)

Place of performance

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

Description of the procurement

Haylage
The Contractor must, provide semi-wilted mildly fermented forage. The natural fermentation process should ensure the forage has a virtually negligible spore level, but has a high long fibre content.
The Contractor must deliver Haylage on pallets to all sites on pallets with these sites shown in table 1. The pallets must not be stacked higher than 160cm and the bales individually wrapped, and an outer layer of wrapping to keep the bales secured together on the pallet. Haylage must be supplied in rectangular bales with maximum dimensions of 106cmx76cmx76cm (max 2 of these size bales per pallet cut as multi pack).
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: 300000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
An initial term of 36 months and a unilateral option of the MPS/Authority to extend for further periods up to a maximum of 24 months.
II.2.10)

Information about variants

Variants will be accepted: yes
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.2.14)

Additional information

Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com
II.2)

Description

II.2.1)

Title

Lot 3 - Horse Feed, Bedding and Stable Requisites
Lot No:  3
II.2.2)

Additional CPV code(s)

03322300  -  Horses
03142000  -  Animal products
15700000  -  Animal feedstuffs
II.2.3)

Place of performance

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

Description of the procurement

Horse Feed, Bedding and Stable Requisites
‘Horsehage’ - produced from specially-grown grass with a high regard for feed safety, consistent quality and full product traceability
To be good quality rye grass mix and be high in fibre, low in protein and low in energy levels. In pre-packed sealed bags of a reasonable size and weight. However, any suitable alternative will be considered.
‘Hard Feed’
The Authority require hard feed that meets nutritional requirements with the correct additives in line with recognised brands such as Allen and Paige. The majority of horses are fed on hard feeds. Other feeds may from time to time also be required. All feeds must be free from genetically modified ingredients. (G.M. Free)
Alternatives will be considered but must be of equivalent type and provide, as a minimum, the same nutritional properties like Allen and Page products for example.
Sugar Beet
To be a shredded and fast soaking beet similar to ‘Speedibeet’. As well, it must be high in fibre, starch free and low in sugar.
Other Feed Products
These will be required regularly, and will be those products of a type readily available, suitable and good quality for equine purposes, including items such as:
Bran
Salt/mineral licks
Carrots
Readigrass
Chaff
Woodchip Bedding
Bales of woodchip style bedding shall be delivered compressed in bales of a reasonable size and weight.
It must be of a type that is free from dust, sawdust and other foreign bodies.
Paper Bedding
The Authority may require paper bedding from time to time.
Other equine requisites
These will include supplements and other equine requisites (These ‘equine requisites’ will be the type of items commonly available from any well stocked feed/tack/general equine supplies merchant, and will include all items of grooming equipment, bandages, supplements etc).
A list of the requisites can be found in Annex C pricing schedule under Lot 3
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: 1100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
An initial term of 36 months and a unilateral option of the MPS/Authority to extend for further periods up to a maximum of 24 months.
II.2.10)

Information about variants

Variants will be accepted: yes
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.2.14)

Additional information

Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com

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:  Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com
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.2.2)

Contract performance conditions

Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com

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:  06/07/2020
Local time:  10:00
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

Tender must be valid until:  01/04/2021
IV.2.7)

Conditions for opening of tenders

Date:  07/07/2020
Local time:  10:00
Place:  
Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com
Information about authorised persons and opening procedure:  
Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4-5 years
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

The Mayor's Office for Policing and Crime
Metropolitan Police Service, Procurement Services, Empress State Building, Earls Court, Lillie Road
London
SW6 1TR
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Lodging of appeals
Precise information on deadline(s) for lodging appeals: Proceedings must be brought within 30 days of the date
on which the economic operator knew or ought to have known of the breach of duty owed to it by the contracting
authority unless the court considers there is good reason for extending the period within which proceedings can
be brought.
VI.4.4)

Service from which information about the review procedure may be obtained

High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
UK