Supply of Flag and Flagpole Maintenance Services
The provision of full 24/7/365 planned and reactive maintenance service for flags and flagpoles across the MOPAC Estate.
United Kingdom-London: Support equipment
2016/S 118-210745
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
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Nathan Fox
SW6 1TR London
United Kingdom
E-mail: FMIntegrator_Sourcing@kbr.com
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
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Nathan Fox
SW6 1TR London
United Kingdom
E-mail: FMIntegrator_Sourcing@kbr.com
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
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Nathan Fox
SW6 1TR London
United Kingdom
E-mail: FMIntegrator_Sourcing@kbr.com
Tenders or requests to participate must be sent to: The Mayor’s Office for Policing and Crime (MOPAC) c/o Metropolitan Police Service
11th Floor, Empress State Building, Lillie Road
For the attention of: Mr Nathan Fox
SW6 1TR London
United Kingdom
E-mail: FMIntegrator_Sourcing@kbr.com
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 1: Maintenance and repair services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The MOPAC/MPS intend to enter into either a 3 or 5 year call-off contract, commencing April 2017, with unilateral options for the MOPAC/MPS to extend for no more than 2 or 2 years respectively (for a maximum of a 7 year contract duration).
The value of MOPAC expenditure on this contract is anticipated to be 994 000 000 GBP (at June 2016 prices).
II.1.6)Common procurement vocabulary (CPV)
35820000, 45000000, 71000000, 50700000, 45450000, 35821000, 79993000, 35821100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 994 000 GBP
II.2.2)Information about options
Description of these options: The MOPAC/MPS intend to enter into 3 or 5 year call-off contract agreement, commencing April 2017, with unilateral options for the MOPAC/MPS to extend for no more than 2 or 2 years respectively (for a maximum of a 7 year contract duration). Provisional timetable for recourse to these options: in days: 0 (from the award of the contract).
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
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
Minimum level(s) of standards possibly 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.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
Minimum level(s) of standards possibly 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.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:
Related Posts
Invitation to Tender for Campus Signage
Cultural Tourism Signage Belfast
Supply and Installation of Branded Signage
Develop Wayfinding Maps for Stoke-on-Trent