Contract notice

Information

Published

Date of dispatch of this notice: 21/11/2018

Expire date: 07/01/2019

External Reference: 2018-568806

TED Reference: 2018/S 226-517466

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: Matt Wilmot
Telephone: +44 2071611405
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=25890&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 Provision of a Storage, Maintenance and Deployment Framework for the National Barrier Asset
Reference number:  SS3/18/21
II.1.2)

Main CPV code

34928110  -  Road barriers
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Authority as the contracting authority for the National Counter Terrorism Policing HQ (NCTPHQ) is tendering for the Provision of a Storage, Maintenance & Deployment Framework for The National Barrier Asset to the NCTPHQ, for an initial term of 36 months and a unilateral option of the NCTPHQ/Authority to extend for a further period of 12 months up to a maximum of 48 months (to commence on 01/04/2019).
The National Barrier Asset (NBA) consists of interlinked vehicle security barrier modules designed to block roads and footways to prevent/mitigate vehicle borne terrorist attacks (vehicle borne improvised explosive device (VBIED) or vehicle as weapon (VAW)) against infrastructure or the public. Since its development, the national demand for NBA protection against VAW terrorist attacks has increased to cover a diverse range of situations including sporting events, fairs and visits by foreign heads of state. NBA is tested and approved to industry specifications.
II.1.5)

Estimated total value

Value excluding VAT: 10000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

34921000  -  Road-maintenance equipment
34923000  -  Road traffic-control equipment
34928000  -  Road furniture
34928100  -  Crash barriers
34928120  -  Barrier components
34928300  -  Safety barriers
34929000  -  Highway materials
34990000  -  Control, safety, signalling and light equipment
34996000  -  Control, safety or signalling equipment for roads
45230000  -  Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45233150  -  Traffic-calming works
45233280  -  Erection of road-barriers
50230000  -  Repair, maintenance and associated services related to roads and other equipment
60100000  -  Road transport services
63712700  -  Traffic control services
60112000  -  Public road transport services
II.2.4)

Description of the procurement

National Barrier Asset - Storage, Maintenance and Deployment
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: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
This is a routine requirement and subject to contract renewal.
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.2.14)

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.1.3)

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 : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  07/01/2019
Local time:  14:00
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:  07/04/2019
IV.2.7)

Conditions for opening of tenders

Date:  07/01/2019
Local time:  14:00
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:  
3 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

Matt Wilmot
Empress State Building
Earls Court
SW6 1TR
UK
Telephone: +44 2071611405

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please see invitation to tender documents for more information published via EU Supply.
www.eu-supply.com