Contract award notice

Information

Published

Date of dispatch of this notice: 22/10/2018

External Reference: 2018-577132

TED Reference: 2018/S 206-470815

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Mayor's Office for Policing and Crime MOPAC
n/a
City Hall,The Queens Walk, More Lane,
London
SE1 2AA
UK
Contact person: Paul Homshaw
Telephone: +44 1372863451
Internet address(es):
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

Framework agreement for the provision of soft facilities management (FM) services
II.1.2)

Main CPV code

79993000  -  Building and facilities management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Mayor’s Office for Policing and Crime as the contracting authority is tendering for soft services for facilities management. The Estate covers the 32 boroughs within Greater London and a number of locations on the outskirts.
The Framework consists of 5 Lots
Lot 1 The provision of cleaning services
Lot 2 The provision of grounds maintenance services
Lot 3 The provision of laundry and cell blanket services
Lot 4 The provision of security, mail, porterage, and front of house services
Lot 5 The provision of pest control services
Suppliers may bid for one lot, a selection of lots, or all of the lots
This framework is open for use by the following organisations:
Mayor’s Office for Policing and Crime (MOPAC)
London Fire and Emergency Planning Authority (LFEPA)
London Fire and Emergency Planning Authority will have the right to call-off under the framework agreement. However, MOPAC are unable to give an accurate indication of the demand.
II.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  311500000.00  GBP
II.2)

Description

II.2.1)

Title

The provision of cleaning services
Lot No:  1
II.2.2)

Additional CPV code(s)

30192400  -  Reprographic supplies
39511100  -  Blankets
39830000  -  Cleaning products
42716000  -  Laundry washing, dry-cleaning and drying machines
45452000  -  Exterior cleaning work for buildings
60160000  -  Mail transport by road
64000000  -  Postal and telecommunications services
64121100  -  Mail delivery services
64122000  -  Internal office mail and messenger services
75000000  -  Administration, defence and social security services
75240000  -  Public security, law and order services
75241000  -  Public security services
77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
77310000  -  Planting and maintenance services of green areas
77314000  -  Grounds maintenance services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79520000  -  Reprographic services
79571000  -  Mailing services
79700000  -  Investigation and security services
79710000  -  Security services
79990000  -  Miscellaneous business-related services
79992000  -  Reception services
79993100  -  Facilities management services
90000000  -  Sewage, refuse, cleaning and environmental services
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90900000  -  Cleaning and sanitation services
90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
90911300  -  Window-cleaning services
90914000  -  Car park cleaning services
90918000  -  Bin-cleaning services
90919000  -  Office, school and office equipment cleaning services
90919100  -  Cleaning services of office equipment
90919200  -  Office cleaning services
90920000  -  Facility related sanitation services
90922000  -  Pest-control services
98310000  -  Washing and dry-cleaning services
98311000  -  Laundry-collection services
98311100  -  Laundry-management services
98311200  -  Laundry-operation services
98312000  -  Textile-cleaning services
98340000  -  Accommodation and office services
98341100  -  Accommodation management services
98341120  -  Portering services
II.2.3)

Place of performance

Main site or place of performance:  
UK mainland mainly within the Greater London area
II.2.4)

Description of the procurement

Provide a hygienic and supportive environment for all users through the provision of cleaning services. The cleaning service includes but not limited to:
• Planned routine cleaning
• Reactive cleaning
• Periodic planned cleaning
• Provision of consumables
• Provision of consumables via call-off by MPS business groups
• Provision of other services and consumables related to cleaning and cleaning services
The service requires the above cleaning to be carried out across the estate which may include, but is not limited to, the following functional areas:
• Front offices and receptions
• Office accommodation
• Bathrooms, toilets, showers & wash areas
• Operational/overflow custody suites
• Window cleaning
• Decommissioned custody suites
• Victim examination suites and child support units
• 24 Hour communication centres (such as CCCs and police control rooms)
• Catering areas (excluding kitchens and severing areas)
• Industrial areas (includes workshops, garages, boatyards, helicopter pads etc.)
• Store rooms/drying rooms
• Residential accommodation
• Firing ranges (not including de-leading)
• Custody dog kennels & runs
• Forensic drying rooms and forensic examination rooms
• Gyms and dojo rooms
• Deep archive stores and property stores
• External public access areas, hard standing areas, back yards and light wells
• PC monitors and stands any other IT equipment cleaning, such as keyboards, PCs, etc. will be on a call-off basis)
The duration of this framework agreement is 48 months
The call off duration will be fixed for 36 or 60 months at the discretion of the Authority with up to two 12 month optional extensions
The value of MOPAC expenditure for this lot anticipated to be between £69,500,000
and £127,500,000
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  55%
Price  -  Weighting:  45%
II.2.11)

Information about options

Options: yes
Description of options:
Description of these options:
To extend the 36 or 60 month term of the call off agreements 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
II.2.14)

Additional information

All communication must be via the Bluelight Portal
II.2)

Description

II.2.1)

Title

The provision of grounds maintenance services
Lot No:  2
II.2.2)

Additional CPV code(s)

30192400  -  Reprographic supplies
39511100  -  Blankets
39830000  -  Cleaning products
42716000  -  Laundry washing, dry-cleaning and drying machines
45452000  -  Exterior cleaning work for buildings
60160000  -  Mail transport by road
64000000  -  Postal and telecommunications services
64121100  -  Mail delivery services
64122000  -  Internal office mail and messenger services
75000000  -  Administration, defence and social security services
75240000  -  Public security, law and order services
75241000  -  Public security services
77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
77310000  -  Planting and maintenance services of green areas
77314000  -  Grounds maintenance services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79520000  -  Reprographic services
79571000  -  Mailing services
79700000  -  Investigation and security services
79710000  -  Security services
79990000  -  Miscellaneous business-related services
79992000  -  Reception services
79993100  -  Facilities management services
90000000  -  Sewage, refuse, cleaning and environmental services
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90900000  -  Cleaning and sanitation services
90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
90911300  -  Window-cleaning services
90914000  -  Car park cleaning services
90918000  -  Bin-cleaning services
90919000  -  Office, school and office equipment cleaning services
90919100  -  Cleaning services of office equipment
90919200  -  Office cleaning services
90920000  -  Facility related sanitation services
90922000  -  Pest-control services
98310000  -  Washing and dry-cleaning services
98311000  -  Laundry-collection services
98311100  -  Laundry-management services
98311200  -  Laundry-operation services
98312000  -  Textile-cleaning services
98340000  -  Accommodation and office services
98341100  -  Accommodation management services
98341120  -  Portering services
II.2.3)

Place of performance

Main site or place of performance:  
Mainlaind UK mainly in the Greater London Area
II.2.4)

Description of the procurement

Lot: 2 – The provision of grounds maintenance services:
Provide a grounds maintenance service which is responsive to seasonal weather and growing conditions. The service shall apply in various degrees of provision, and to differential service levels across the range of properties within the estate.
The grounds maintenance service consists of, but is not limited to, the following services:
• General horticultural service to soft landscaped areas
• Mature tree maintenance
• Immature trees (generally shrubs and hedges)grassed areas
• Green roofs
• Beds, borders, tubs, hanging baskets, etc.
• Beds, borders, brick / concrete free standing and fixed troughs & tubs, hanging baskets
• Internal plants
• General external cleanliness to external structures and surfaces
• Winter gritting and snow clearance
• Responsive service to events such as fallen trees and other hazards
• Provision of internal planting and Christmas decorations
• Responsive service to events such as fallen trees and other hazards, including notification of trees or vegetation posing a risk or threat to the MOPAC Estate from neighbouring properties.
• Identification and recording of any protected animal species or non-native invasive plant species occurring on the estate
• Provision of all other related grounds maintenance goods and services
The duration of this framework agreement is 48 months
The call off duration will be fixed for 36 or 60 months at the discretion of the Authority with up to two 12 month optional extensions
The value of MOPAC expenditure for this lot anticipated to be between £4,000,000
and £8,000,000
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  55%
Price  -  Weighting:  45%
II.2.11)

Information about options

Options: yes
Description of options:
Description of these options:
To extend the 36 or 60 month term of the call off agreements 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
II.2)

Description

II.2.1)

Title

The provision of laundry and cell blankets
Lot No:  3
II.2.2)

Additional CPV code(s)

30192400  -  Reprographic supplies
39511100  -  Blankets
39830000  -  Cleaning products
42716000  -  Laundry washing, dry-cleaning and drying machines
45452000  -  Exterior cleaning work for buildings
60160000  -  Mail transport by road
64000000  -  Postal and telecommunications services
64121100  -  Mail delivery services
64122000  -  Internal office mail and messenger services
75000000  -  Administration, defence and social security services
75240000  -  Public security, law and order services
75241000  -  Public security services
77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
77310000  -  Planting and maintenance services of green areas
77314000  -  Grounds maintenance services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79520000  -  Reprographic services
79571000  -  Mailing services
79700000  -  Investigation and security services
79710000  -  Security services
79990000  -  Miscellaneous business-related services
79992000  -  Reception services
79993100  -  Facilities management services
90000000  -  Sewage, refuse, cleaning and environmental services
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90900000  -  Cleaning and sanitation services
90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
90911300  -  Window-cleaning services
90914000  -  Car park cleaning services
90918000  -  Bin-cleaning services
90919000  -  Office, school and office equipment cleaning services
90919100  -  Cleaning services of office equipment
90919200  -  Office cleaning services
90920000  -  Facility related sanitation services
90922000  -  Pest-control services
98310000  -  Washing and dry-cleaning services
98311000  -  Laundry-collection services
98311100  -  Laundry-management services
98311200  -  Laundry-operation services
98312000  -  Textile-cleaning services
98340000  -  Accommodation and office services
98341100  -  Accommodation management services
98341120  -  Portering services
II.2.3)

Place of performance

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

Description of the procurement

The Authority requires the supplier to provide a cell blanket laundry services to respond to the needs of its custody suites and associated areas. The laundry services must consist of, but is not limited to:
• Purchasing and managing the stock of cell blankets and custody towels
• Purchasing and managing the stock of linen (including; bottom sheets, top sheets, pillow cases, blankets, bed spreads, and mattress protectors) for residential properties
• Laundering of the cell blankets, custody towels linen and other sundry items
• Manage the supply and storage of a central contingency stock of clean cell blankets for emergency call off by the Authority, as required
• Provision of all other related laundry and cell blankets goods and services
The duration of this framework agreement is 48 months
The call off duration will be fixed for 36 or 60 months at the discretion of the Authority with up to two 12 month optional extensions
The value of MOPAC expenditure for this lot anticipated to be between £3,000,000
and £6,500,000
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  55%
Price  -  Weighting:  45%
II.2.11)

Information about options

Options: yes
Description of options:
Description of these options:
To extend the 36 or 60 month term of the call off agreements 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
II.2)

Description

II.2.1)

Title

The provision of security, mail, porterage, and front of house services
Lot No:  4
II.2.2)

Additional CPV code(s)

30192400  -  Reprographic supplies
39511100  -  Blankets
39830000  -  Cleaning products
42716000  -  Laundry washing, dry-cleaning and drying machines
45452000  -  Exterior cleaning work for buildings
60160000  -  Mail transport by road
64000000  -  Postal and telecommunications services
64121100  -  Mail delivery services
64122000  -  Internal office mail and messenger services
75000000  -  Administration, defence and social security services
75240000  -  Public security, law and order services
75241000  -  Public security services
77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
77310000  -  Planting and maintenance services of green areas
77314000  -  Grounds maintenance services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79520000  -  Reprographic services
79571000  -  Mailing services
79700000  -  Investigation and security services
79710000  -  Security services
79990000  -  Miscellaneous business-related services
79992000  -  Reception services
79993100  -  Facilities management services
90000000  -  Sewage, refuse, cleaning and environmental services
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90900000  -  Cleaning and sanitation services
90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
90911300  -  Window-cleaning services
90914000  -  Car park cleaning services
90918000  -  Bin-cleaning services
90919000  -  Office, school and office equipment cleaning services
90919100  -  Cleaning services of office equipment
90919200  -  Office cleaning services
90920000  -  Facility related sanitation services
90922000  -  Pest-control services
98310000  -  Washing and dry-cleaning services
98311000  -  Laundry-collection services
98311100  -  Laundry-management services
98311200  -  Laundry-operation services
98312000  -  Textile-cleaning services
98340000  -  Accommodation and office services
98341100  -  Accommodation management services
98341120  -  Portering services
II.2.3)

Place of performance

Main site or place of performance:  
Mainland UK mainly Greater London Area
II.2.4)

Description of the procurement

The provision of security, mail, porterage, and front of house services:
The Authority requires the provision of a full (planned and reactive) security guarding, mail, porterage and front of house services. The planned and reactive services shall be provided on a 24/7/365 basis across the MPS Estate, The Estate covers the 32 boroughs of the Greater London area, and a number of other locations. The requirements for security services include, but are not limited to, the following:
Security services
• A staffed security presence, controlling access, egress and patrolling sites
• Reporting of security incidents and suspicious activity
• Reporting of security system failures at sites
• Closed Circuit Television (CCTV) monitoring, operation and review
• Operating site-based security management systems
• Provision, installation, operation and management of site based electronic patrol monitoring systems for audit and reporting purposes
• The implementation & assistance with fire and bomb threat evacuations (in conjunction with The Authority)
• Vacant site security guarding
• Provision of all other security services relating to the Authority’s Estate.
Mail
The receipt, sorting and regular internal distribution of mail within the sites (including small items such as courier-delivered packages, mobile telephones, batteries and toner cartridges being sent for recycling) The requirements for mail services include, but are not limited to, the following:
• Sorting and delivering mail items from multiple sources, including the MPS Dispatch Service,
• Mail screening contractors, couriers and legal document delivery services.
• Franking of outgoing mail in preparation for external mail service collection and for collection by external courier services
Porterage services
The Authority requires a porterage service that offers a timely, responsive and pro-active system for receipt and movement of materials and goods around and between the sites. The Supplier shall provide integrated and flexible porterage service that support the Authority’s business for the movement of materials and goods in a safe and professional manner.
The requirements for the porterage services include, but are not limited to:
• Conference room set-ups, movement of supplies, stationery and large mail parcels within the sites
• Provision of porterage services to the sites and during the service times identified in the building services matrix.
• Receipt of all inward goods, to include, but not be limited to; supplies, stationery, internal deliveries (no single item to weigh greater than 25kg)

Front of house services The supplier shall act as the first point of contact between the Authority and users on arrival at an Authority site. The reception services shall provide an efficient and welcoming reception presence which will include, but not be limited to, the following:
• Meeting and greeting official visitors
• Issuing and collecting returned visitor passes
• Resolving visitor and staff queries
• Maintaining the image and efficiency of the reception area
• Programming security access passes for local access systems (at specified sites)
The duration of this framework agreement is 48 months
The call off duration will be fixed for 36 or 60 months at the discretion of the Authority with up to two 12 month optional extensions
The value of MOPAC expenditure for this lot anticipated to be between £57,000,000
and £105,000,000
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  55%
Price  -  Weighting:  45%
II.2.11)

Information about options

Options: yes
Description of options:
Description of these options:
To extend the 36 or 60 month term of the call off agreements 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
II.2)

Description

II.2.1)

Title

The provision of pest control services
Lot No:  5
II.2.2)

Additional CPV code(s)

30192400  -  Reprographic supplies
39511100  -  Blankets
39830000  -  Cleaning products
42716000  -  Laundry washing, dry-cleaning and drying machines
45452000  -  Exterior cleaning work for buildings
60160000  -  Mail transport by road
64000000  -  Postal and telecommunications services
64121100  -  Mail delivery services
64122000  -  Internal office mail and messenger services
75000000  -  Administration, defence and social security services
75240000  -  Public security, law and order services
75241000  -  Public security services
77000000  -  Agricultural, forestry, horticultural, aquacultural and apicultural services
77310000  -  Planting and maintenance services of green areas
77314000  -  Grounds maintenance services
79000000  -  Business services: law, marketing, consulting, recruitment, printing and security
79520000  -  Reprographic services
79571000  -  Mailing services
79700000  -  Investigation and security services
79710000  -  Security services
79990000  -  Miscellaneous business-related services
79992000  -  Reception services
79993100  -  Facilities management services
90000000  -  Sewage, refuse, cleaning and environmental services
90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
90900000  -  Cleaning and sanitation services
90911000  -  Accommodation, building and window cleaning services
90911100  -  Accommodation cleaning services
90911200  -  Building-cleaning services
90911300  -  Window-cleaning services
90914000  -  Car park cleaning services
90918000  -  Bin-cleaning services
90919000  -  Office, school and office equipment cleaning services
90919100  -  Cleaning services of office equipment
90919200  -  Office cleaning services
90920000  -  Facility related sanitation services
90922000  -  Pest-control services
98310000  -  Washing and dry-cleaning services
98311000  -  Laundry-collection services
98311100  -  Laundry-management services
98311200  -  Laundry-operation services
98312000  -  Textile-cleaning services
98340000  -  Accommodation and office services
98341100  -  Accommodation management services
98341120  -  Portering services
II.2.3)

Place of performance

Main site or place of performance:  
Mainland UK mainly Greater London Area
II.2.4)

Description of the procurement

The provision of pest control services:
The provision of planned and reactive services for all types of pest control on a 24/7/365 basis. Except where response times dictate an urgent attendance, work will normally be carried out between 08:00 and 18:00 to the MOPAC Estate. The Estate covers 32 boroughs within the Greater London area, and a number of other locations, more fully defined in the scope of works section.
The Supplier shall provide safe, efficient and, where possible, humane methods of catching, destroying and safely disposing of pests. The pest control service shall ensure all insect and rodent control systems shall be tamper resistant.
Planned Services
• The Supplier shall provide an effective service for deterring pigeons from the roosting, nesting or general perching
• To carry out an ongoing annual maintenance programme to fly a hawk on a weekly basis
Reactive Services
The Supplier shall provide a discrete reactive maintenance service, to respond to infestations from a full range of pests. Typical pests that have historically been experienced on the MOPAC Estate include, but are not limited to, the following:
• Insects including: flies, cockroaches, wasps and hornets, stored product insects such as moths, lice and mites, biscuit beetles, ants, fleas, dermestida (cleoptera),
• Rodents / mammals including: rats, mice, grey squirrels, bats (protected – seek advice from Natural England), foxes, moles, rabbits, badgers
• Birds (all nesting birds and their eggs are protected by legislation and must not be damaged, destroyed or moved) including: feral pigeons, magpies and rooks
• Limited reactive residential service
• Provision of any other specialist pest control requirements
The duration of this framework agreement is 48 months
The call off duration will be fixed for 36 or 60 months at the discretion of the Authority with up to two 12 month optional extensions
The value of MOPAC expenditure for this lot anticipated to be between £1,000,000
and £2,500,000
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical  /  Weighting:  55%
Price  -  Weighting:  45%
II.2.11)

Information about options

Options: yes
Description of options:
Description of these options:
To extend the 36 or 60 month term of the call off agreements 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 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
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.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 096-189225

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: The provision of cleaning services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/04/2018
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Servest Group Limited
Servest House, Heath Farm Business Centre,
Fornham All Saints, Bury St Edmunds
IP28 6LG
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  159000000.00  GBP

Section V: Award of contract

Contract No: 1

Lot No: 2

Title: The provision of grounds maintenance services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/04/2018
V.2.2)

Information about tenders

Number of tenders received:  6
Number of tenders received from SMEs:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  6
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

idverde Limited
Landscapes House, 3 Rye Hill Office Park
Allesley, Coventry
CV5 9AB
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  10000000.00  GBP

Section V: Award of contract

Contract No: 1

Lot No: 3

Title: The provision of laundry and cell blankets

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/04/2018
V.2.2)

Information about tenders

Number of tenders received:  1
Number of tenders received from SMEs:  1
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  1
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Marshall Laundry Services Ltd
10 Marshall Street
london
W1F 7EL
UK

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  8000000.00  GBP

Section V: Award of contract

Contract No: 4

Title: The provision of security, mail, porterage, and front of house services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/04/2018
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  0
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

ENGIE Services Limited
Q3 Office Quorum Business Park, Benton Lane,
Newcastle Upon Tyne
NE12
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  131500000.00  GBP

Section V: Award of contract

Contract No: 1

Lot No: 5

Title: The provision of pest control services

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

30/04/2018
V.2.2)

Information about tenders

Number of tenders received:  4
Number of tenders received from SMEs:  3
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  4
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Servest Group Limited
Servest House, Heath Farm Business Centre
Fornham All Saints, Bury St Edmunds
IP28 6LG
UK

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  3000000.00  GBP

Section VI: Complementary information

VI.3)

Additional information

All communication must be via the Bluelight portal. http://www.bluelight.gov.uk
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
Greater London
SW6 1TR
UK

VI.4.4)

Service from which information about the review procedure may be obtained

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