|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Mailing services [the supply of mail screening services - covers radiological pre-screening of mail packets and letters etc]
UK
Purchaser: Metropolitan Police Service
Website link:
http://www.nuclearmarket.com/proc/msk.cfm?id=77061
20/10/2018 S203 - - Services - Contract notice - Open procedure I.II.III.IV.VI. United Kingdom-Greater London: Mailing services
2018/S 203-462703
Contract notice
Services
Legal Basis:
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 United Kingdom Contact person: KBR Procurement E-mail: FMIntegrator_Sourcing@kbr.com NUTS code: UKI Internet address(es):
Main address: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396
I.2) Information about joint procurement 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=25886&B=BLUELIGHT Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=25886&B=BLUELIGHT 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 Mail Screening Services
Reference number: SS3/18/30 II.1.2) Main CPV code 79571000 II.1.3) Type of contract Services II.1.4) Short description: The requirement for Mail Screening Services is:
— provide secure premises and process for the security X-ray, chemical, biological, canine and radiological pre-screening of mail packets and letters addressed to specified sites within the MPS (currently 13 sites within the Greater London area),
— the location of the screening service shall be remote from the MPS estate,
— provide MPS/Counter Terrorism Check (NPPV Level 2/CTC) level security cleared staff (screening and logistics staff),
— deliver screening Level 3 as specified in “PAS 97:2015 Mail Screening and Security Specification”,
— all screened mail must be kept secure until it is delivered to the MPS specified sites,
— deliver and track screened mail to specified MPS sites to meet specified delivery timescales for standard and signature mail items.
II.1.5) Estimated total value Value excluding VAT: 2 356 500.00 GBP II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) 18933000 30131500 30131600 30132100 30133000 30133100 43411000 44212329 45252123 60160000 64112000 64113000 64121100 64122000 79710000 90714600 II.2.3) Place of performance NUTS code: UKI II.2.4) Description of the procurement: The requirement for Mail Screening Services is:
— provide secure premises and process for the security X-ray, chemical, biological, canine and radiological pre-screening of mail packets and letters addressed to specified sites within the MPS (currently 13 sites within the Greater London area),
— the location of the screening service shall be remote from the MPS estate,
— provide MPS/Counter Terrorism Check (NPPV Level 2/CTC) level security cleared staff (screening and logistics staff),
— deliver screening Level 3 as specified in “PAS 97:2015 Mail Screening and Security Specification”,
— all screened mail must be kept secure until it is delivered to the MPS specified sites,
— deliver and track screened mail to specified MPS sites to meet specified delivery timescales for standard and signature mail items.
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: 2 356 500.00 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: Framework duration is 48 months. Contract to be awarded on either 3+1+1 or 5+1+1 terms.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no II.2.12) Information about electronic catalogues 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 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 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.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract 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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6) Information about electronic auction IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2) Administrative information IV.2.1) Previous publication concerning this procedure Notice number in the OJ S: 2018/S 091-206751 IV.2.2) Time limit for receipt of tenders or requests to participate Date: 19/11/2018 Local time: 12:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 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: 19/05/2019 IV.2.7) Conditions for opening of tenders Date: 19/11/2018 Local time: 12:00 Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body Metropolitan Police Service 11th Floor, Empress State Building, Lille Road London SW6 1TR United Kingdom E-mail: procurementimprovements@met.police.uk Internet address: https://www.met.police.uk/
VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained VI.5) Date of dispatch of this notice: 18/10/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|