Marquees, Tents and Field Kitchens Tender
Lot 1: Marquees and Tents – up to £1.5m of services over 4 years. Approximately £750,000 of which relates to MPS expected usage. Lot 2: Kitchens and Ancillary Services – up to £1m of services over 4 years. Approximately £500,000 of which relates to MPS expected usage.
UK-Earls Court: Field kitchens
2013/S 022-034167
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Mayor’s Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Floor 11, Empress State Building, Lillie Road
For the attention of: Jodie Hill
SW6 1TR Earls Court
UNITED KINGDOM
Telephone: +44 2071611378
E-mail: jodie.hill@met.police.uk
Internet address(es):
General address of the contracting authority: www.met.police.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Metropolitan Police Service
Additional documents can be found at www.bluelight.gov.uk, reference QTLE-948ME6
Tenders or requests to participate must be sent to: Metropolitan Police Service
Requests to participate, PQQs, tenders and all other communication must be submitted via www.bluelight.gov.uk
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Greater London.
NUTS code UKI
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 2 500 000 GBP
The Authority/MPS is seeking through this tendering process to set up a two supply frameworks, each with a single suitably capable Contractor to provide these Services for an initial term of 3 years and a unilateral option of the Authority/MPS to extend for further periods up to a maximum of 12 months.
This PQQ and ITT will focus on the requirements of the MPS. These requirements make up approximately half of the estimated advertised value and are associated mainly with planned events and contingency for some short notice events. The value attributed to other Forces is associated with unforeseen and for one off events and to provide contingency options only.
The requirements are split into two lots. Suppliers can submit a PQQ for one or both lots.
44211400 – FG20, 39522530 – QA11, 79952000 – QA11, 39141000 – FG20, 39312000 – QA11, 45212400 – QA11
Tenders may be submitted for one or more lots
Lot 2: Kitchens and Ancillary Services – up to £1m of services over 4 years. Approximately £500,000 of which relates to MPS expected usage.
Information about lots
Lot No: 1 Lot title: Marquees and Tents
The majority of the services will be required by the MPS/MOPAC. Generally, the marquees will be required to be positioned in specific locations that are either on MPS property or on hired rented grounds, for example private playing fields, schools etc, at defined times within an approximate 25 mile radius of Central London and the M25 boundary.
The requirements include but are not limited to:
– Supply and erect rigid frame PVC covered marquees or equivalent
– Supply and fit of rigid ABS/ Fibreglass type walling or equivalent
– Supply and fit of wooden internal floor boarding or equivalent
– Supply and fit carpet covering over floor boarding or equivalent
– Supply and install doors with access ramps to marquees or equivalent
– Install high level lighting within marquees or equivalent
– Undertake the above works on both rigid solid ground with weights and grassed areas pinned
In addition, a small part of this framework may relate to the temporary provision of horse stabling.
44211400 – FG20, 39522530 – QA11, 79952000 – QA11, 39141000 – FG20, 39312000 – QA11, 45212400 – QA11
The majority of the services will be required by the Metropolitan Police Service/MOPAC. The MPS requires a ‘one-stop shop’ service encompassing the following services, but not limited to:
Kitchens
Portable kitchens will generally be required to be positioned in specific locations at defined times within an approximate 25 mile radius of Central London, but not solely restricted to the London area.
The size of orders vary, some are merely to supply a single kitchen unit for an single day event, to the supply of 10 cabin 9 metre units for a two week period, for example during the Notting Hill Carnival.
Ancillary Services
– Supply of catering appliances
– Connection of gas services
– Connection of electrical services
– Food racking/shelving units or equivalent
– Electrical hot cupboards or equivalent
– Walk-in Refrigeration units or equivalent
– Dry goods cabins Approx. 5m in length or equivalent
And other related services.
44211400 – FG20, 39522530 – QA11, 79952000 – QA11, 39141000 – FG20, 39312000 – QA11, 45212400 – QA11
Section III: Legal, economic, financial and technical information
Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
Description of particular conditions: Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
Minimum level(s) of standards possibly required: Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
Information and formalities necessary for evaluating if requirements are met:
Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
Minimum level(s) of standards possibly required:
Please refer to documentation at www.bluelight.gov.uk, reference QTLE-948ME6
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Up to 8 candidates will be short listed for the selection stage of a Lot where the candidate ranked 6th 7th or 8th place has a score within 5% of the candidate raked 5th place.
Section VI: Complementary information
Sandip Shergill (Governance Manager)
8th Floor West Empress State Building Lillie Road Earl’s Court
SW6 1TR London
UNITED KINGDOM
Telephone: +44 2071611540
VI.5)Date of dispatch of this notice:28.1.2013