Contract notice

Information

Published

Date of dispatch of this notice: 17/08/2018

Expire date: 17/09/2018

External Reference: 2018-954820

TED Reference: 2018/S 159-364735

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Fire Commissioner
N/A
169 Union Street
London
SE1 0LL
UK
Contact person: Robert Fisher
Telephone: +44 5551200
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=25184&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

Regional or local agency/office
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Portable Hygiene Unit Provision
Reference number:  PROC/6284/18
II.1.2)

Main CPV code

24955000  -  Chemical toilets
II.1.3)

Type of contract

Services
II.1.4)

Short description

Contract to provide and maintain 2 x Portable Hygiene Units. These units are to be deployed upon request to provide toilet facilities for LFB personnel and partner agencies.
II.1.5)

Estimated total value

Value excluding VAT: 300000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

85142300  -  Hygiene services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Contract to provide and maintain 2 x Portable Hygiene Units. These units are to be deployed upon request to provide toilet facilities for LFB personnel and partner agencies.
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: 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

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

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:  17/09/2018
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  17/09/2018
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 invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures.
N/A
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
LFC will comply with the Public Contracts Regulations 2015 and, where
appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful
tenderers to challenge the award decision before the contract is entered into.