Contract notice

Information

Published

Date of dispatch of this notice: 16/04/2018

Expire date: 16/05/2018

External Reference: 2018-654418

TED Reference: 2018/S 074-164922

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Metropolitan Police Service
n/a
11th Floor Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Contact person: Paul Homshaw
Telephone: +44 1372865000
NUTS code:  UKI -  LONDON
Internet address(es):
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=22648&B=BLUELIGHT
Additional information can be obtained from
another address: 
Metropolitan Police Service
11th Floor, Empress State Building, Lillie Road, Earls Court
London
SW6 1TR
UK
Contact person: Paul Homshaw
Telephone: +44 1372865000
NUTS code:  UKI -  LONDON
Internet address(es):
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 Provision of Asbestos Management Services
Reference number:  SS3/17/109
II.1.2)

Main CPV code

71000000  -  Architectural, construction, engineering and inspection services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate including, but not limited to:
• The management of the Asbestos Register
• Completion of suitable Risk Assessments
• Relevant management and Refurbishment/Demolition surveys
• Audits of removal work to be conducted and resultant reports to be completed, including surveys.
• A 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected ACM release etc.)
The Supplier must ensure compliance with all current and relevant legislation, associated Approved Codes of Conduct including Control of Asbestos Regulation 2012 and Health and Safety Guide 264.
II.1.5)

Estimated total value

Value excluding VAT: 3866000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

45262660  -  Asbestos-removal work
71315100  -  Building-fabric consultancy services
71315200  -  Building consultancy services
71315400  -  Building-inspection services
71317000  -  Hazard protection and control consultancy services
71317200  -  Health and safety services
71600000  -  Technical testing, analysis and consultancy services
90650000  -  Asbestos removal services
90713000  -  Environmental issues consultancy services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
UK Mainland mainly within the Greater London Area
II.2.4)

Description of the procurement

The provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate including, but not limited to:
• The management of the Asbestos Register
• Completion of suitable Risk Assessments
• Relevant management and Refurbishment/Demolition surveys
• Audits of removal work to be conducted and resultant reports to be completed, including surveys.
• A 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected ACM release etc.)
The Supplier must ensure compliance with all current and relevant legislation, associated Approved Codes of Conduct including Control of Asbestos Regulation 2012 and Health and Safety Guide 264.
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: 3866000.00  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.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Highest scoring suppliers and compliance to SSQ criteria
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
To extend the 36 month or 60 month term of this call off agreement by up to two 12 months at the sole discretion of the MOPAC/MPS
Number of possible renewals - 2
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.1.2)

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

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted 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 a single operator
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:  16/05/2018
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 19/06/2018
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)

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

Metropolitan Police Service
11th Floor West Empress State Building Empress Approach Lillie Road Earls Court
London
SW6 1TR
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
Procurementimprovements@met.police.uk