Supply of crime scene security and specialist cleaning services to Met Police
The services can be divided into 3 areas: (1) specialist crime scene cleaning after full forensic investigation has taken place, (2) providing cleaning assistance such as cleaning services for operational police compounds used in special events, skips and recycling bin facilities for police compound sites and cleaning of buildings after major demonstrations as instructed.
United Kingdom-London: Specialised chemical products
2014/S 097-169569
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
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr. Paul Homshaw
SW6 1TR London
UNITED KINGDOM
Telephone: +44 1372865000
E-mail: fmintegrator@kbr.com
Further information can be obtained from: Bluelight
Specific requirements and information will be provided in the Invitation to Tender (ITT Response Document), which can be downloaded by accessing http://www.bluelight.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Bluelight
Specific requirements and information will be provided in the Invitation to Tender (ITT Response Document), which can be downloaded by accessing http://www.bluelight.gov.uk
Tenders or requests to participate must be sent to: Bluelight
Specific requirements and information will be provided in the Invitation to Tender (ITT Response Document), which can be downloaded by accessing http://www.bluelight.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: London, UK.
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: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 600 000 and 1 300 000 GBP
II.1.5)Short description of the contract or purchase(s)
This framework agreement is open to all members of the GLA group, as listed below:
— Transport for London (TfL) and all its’ subsidiary companies, a list of which can be found at http://www.tfl.gov.uk
— Mayor’s Office for Policing and Crime (MOPAC), which oversees the work of the Metropolitan Police Service (MPS)
— London Fire and Emergency Planning Authority (LFEPA)
— British Transport Police (BTP)
— City Of London Police (CLP)
— London Legacy Development Corporation (LLDC), in charge of the Olympic legacy.
The value of MOPAC expenditure on this framework agreement is anticipated to be between GBP 600 000 and GBP 700 000.
II.1.6)Common procurement vocabulary (CPV)
24950000, 24960000, 35800000, 35810000, 35820000, 50230000, 50600000, 50610000, 79993000, 90513000, 90513100, 90513200, 90513300,90513400, 90513500, 90514000, 39000000, 42924700, 42924740, 45452000, 45452100, 90000000, 90470000, 90600000, 90610000, 90611000,90640000, 90641000, 90710000, 90900000, 90910000, 90911000, 90911100, 90911200, 90911300, 90912000, 90913000, 90913100, 90913200,90914000, 90915000, 90916000, 90917000, 90918000, 90919000, 90919100, 90919200, 90919300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
These Services will be required to be positioned in specific locations at defined times within an approximate 25 mile radius of Central London and the wider OSG Operational area. It will be the responsibility of the supplier to ensure all necessary licenses are obtained from the relevant London Boroughs in order to obtain access at any time of the day or night. It will also be the supplier’s responsibility to obtain the necessary permissions when work must be carried out in controlled parking zones (CPZ), Low Emission Zones (LEZ), Congestion Zone and other local bylaw enforcement schemes.
Estimated value excluding VAT:
Range: between 600 000 and 1 300 000 GBP
II.2.2)Information about options
Description of these options: To extend the 36 month term of the framework agreement by up to 12 months at the sole discretion of the MOPAC / MPS.
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Specific requirements and information will be provided in the Invitation to Tender (ITT Response Document), 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 Invitation to Tender (ITT Response Document), 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 Invitation to Tender (ITT Response Document), 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 Invitation to Tender (ITT Response Document), 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 Invitation to Tender (ITT Response Document), 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 Invitation to Tender (ITT Response Document), which can be downloaded by accessing http://www.bluelight.gov.uk
Minimum level(s) of standards possibly required: Specific requirements and information will be provided in the Invitation to Tender (ITT Response Document), 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 Invitation to Tender (ITT Response Document), which can be downloaded by accessing http://www.bluelight.gov.uk
Minimum level(s) of standards possibly required:
Specific requirements and information will be provided in the Invitation to Tender (ITT Response Document), 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.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
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.3.6)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
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Brad Gaston
11th Floor West Empress State Building Empress Approach Lillie Road Earls Court
SW16 1TR London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: