Provide Clinical and Hazardous Waste Services in London
Metropolitan Police service Framework Agreement for Clinical and Hazardous Waste Services.
United Kingdom-London: Refuse and waste related services
2016/S 042-069700
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Mayor’s Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Commercial Services, 11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Nathan Fox
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
E-mail: FMIntegrator@kbr.com
Fax: +44 1372865000
Internet address(es):
General address of the contracting authority: http://www.met.police.uk/
Further information can be obtained from: The Mayor’s Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Commercial Services, 11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Nathan Fox
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
Fax: +44 1372865000
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The Mayor’s Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Commercial Services, 11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Nathan Fox
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
E-mail: FMIntegrator@kbr.com
Fax: +44 1372865000
Tenders or requests to participate must be sent to: The Mayor’s Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
Commercial Services, 11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Nathan Fox
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
E-mail: FMIntegrator@kbr.com
Fax: +44 1372865000
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Fire and Emergency Planning Authority (LFEPA)
London Fire Brigade, 169 Union Street
SE1 0LL London
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 5 500 000 and 6 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lot 1: Hazardous Waste Service and WEEE.
Lot 2: Clinical, Feminine, Dog and Horse Waste.
Tenders for multiple lots will be accepted, however suppliers will not be awarded more than one lot.
The MOPAC/MPS intend to enter into a 3 year call off contract agreement, commencing April 2017, with unilateral options for the MOPAC/MPS to extend for no more than 2 years (for a maximum of a 5 year contract duration).
The value of MOPAC expenditure on this framework agreement is anticipated to be 5 500 000 GBP (at February 2016 prices).
It is intended that London Fire and Emergency Planning Authority (LFEPA) will also have the right to call-off under the framework agreement. However, as at the date of this notice the MOPAC are unable to give any accurate indication of the likely demand from LFEPA listed for these services. If LFEPA were to enter into call-off contracts for the services on equivalent terms to the MOPAC anticipated call-off contract, the aggregate estimated value of all call-off contracts entered into under the framework agreement may be in the region of 6 400 000 GBP (at February 2016 prices).
II.1.6)Common procurement vocabulary (CPV)
90500000, 71000000, 34928480, 45232470, 79723000, 19600000, 42320000, 90521100, 90521300, 90521400, 90521410, 90521420, 90521500,90523000, 90524100, 44610000, 90510000, 90520000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for all lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Tenders for multiple lots will be accepted, however suppliers will not be awarded more than 1 lot.
Lot 1: Hazardous Waste Service and WEEE.
Lot 2: Clinical, Feminine, Dog and Horse Waste.
Estimated value excluding VAT:
Range: between 5 500 000 and 6 400 000 GBP
II.2.2)Information about options
Description of these options: The MOPAC/MPS intend to enter into a 3 year call off contract agreement, commencing April 2017, with unilateral options for the MOPAC/MPS to extend for no more than 2 years (for a maximum of a 5 year contract duration).
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
Information about lots
Lot No: 1 Lot title: Hazardous Waste Service and WEEE
1)Short description
2)Common procurement vocabulary (CPV)
90000000, 90700000, 90500000, 34928480, 45232470, 79723000, 19600000, 42320000
3)Quantity or scope
Range: between 1 400 000 and 1 700 000 GBP
Lot No: 2 Lot title: Clinical, Feminine, Dog and Horse Waste
1)Short description
2)Common procurement vocabulary (CPV)
90000000, 71000000, 34928480, 45232470, 79723000, 19600000, 42320000, 90521100, 90521300, 90521400, 90521410, 90521420, 90521500,90523000, 90524100, 44610000, 90510000, 90520000
3)Quantity or scope
Range: between 4 100 000 and 4 700 000 GBP
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 8
Objective criteria for choosing the limited number of candidates: Specific requirements and information will be provided in the Pre-Qualification Questionnaire (PQQ) and subsequently the Invitation to Tender (ITT) which can be downloaded by accessing http://www.bluelight.gov.uk
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 171-311153 of 4.9.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 24.2.2019.
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Helen Linklater
Commercial Services, 11th Floor, Empress State Building, Empress Approach, Lillie Road
SW6 1TR London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: