loading
  • GB-SW6 1TR Greater London
  • 16.05.2018
  • Ausschreibung
  • (ID 2-299298)

The Provision of Asbestos Management Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.05.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 8
    Gebäudetyp Feuerwehr, Polizei, Vollzug
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Studien, Gutachten / Sicherheits-/ Gesundheitsschutz / Altlastensanierung
    Sprache Englisch
    Aufgabe
    The provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate including, but not limited to:
    — the management of the Asbestos Register,
    — completion of suitable Risk Assessments,
    — relevant management and Refurbishment / Demolition surveys,
    — audits of removal work to be conducted and resultant reports to be completed, including surveys,
    — a 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected ACM release etc.).
    The Supplier must ensure compliance with all current and relevant legislation, associated Approved Codes of Conduct including Control of Asbestos Regulation 2012 and Health and Safety Guide 264.
    Leistungsumfang
    The provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate including, but not limited to:
    — the management of the Asbestos Register,
    — completion of suitable Risk Assessments,
    — relevant management and Refurbishment / Demolition surveys,
    — audits of removal work to be conducted and resultant reports to be completed, including surveys,
    — a 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected ACM release etc.).
    The Supplier must ensure compliance with all current and relevant legislation, associated Approved Codes of Conduct including Control of Asbestos Regulation 2012 and Health and Safety Guide 264.
    Adresse des Bauherren UK-SW6 1TR Greater London
    TED Dokumenten-Nr. 164922-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Greater London: Architectural, construction, engineering and inspection services

      2018/S 074-164922

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Metropolitan Police Service
      n/a
      11th Floor Empress State Building, Lillie Road, Earls Court
      Greater London
      SW6 1TR
      United Kingdom
      Contact person: Paul Homshaw
      Telephone: +44 1372865000
      E-mail: MjEzOUA8YWdYWmVUZ2JlUkZiaGVWXGFaM15VZSFWYmA=
      NUTS code: UKI

      Internet address(es):

      Main address: https://www.london.gov.uk/what-we-do/mayors-office-policing-and-crime-mopac

      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=22648&B=BLUELIGHT
      Additional information can be obtained from another address:
      Metropolitan Police Service
      11th Floor, Empress State Building, Lillie Road, Earls Court
      London
      SW6 1TR
      United Kingdom
      Contact person: Paul Homshaw
      Telephone: +44 1372865000
      E-mail: MjEyOkE9YmhZW2ZVaGNmU0djaWZXXWJbNF9WZiJXY2E=
      NUTS code: UKI

      Internet address(es):

      Main address: https://www.london.gov.uk/what-we-do/mayors-office-policing-and-crime-mopac

      Address of the buyer profile: https://www.london.gov.uk/what-we-do/mayors-office-policing-and-crime-mopac

      Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=22648&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 Asbestos Management Services

       

      Reference number: SS3/17/109
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate including, but not limited to:

      — the management of the Asbestos Register,

      — completion of suitable Risk Assessments,

      — relevant management and Refurbishment / Demolition surveys,

      — audits of removal work to be conducted and resultant reports to be completed, including surveys,

      — a 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected ACM release etc.).

      The Supplier must ensure compliance with all current and relevant legislation, associated Approved Codes of Conduct including Control of Asbestos Regulation 2012 and Health and Safety Guide 264.

       

      II.1.5)Estimated total value
      Value excluding VAT: 3 866 000.00 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)
      45262660
      71315100
      71315200
      71315400
      71317000
      71317200
      71600000
      90650000
      90713000
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UK
      Main site or place of performance:

       

      UK Mainland mainly within the Greater London Area.

       

      II.2.4)Description of the procurement:

       

      The provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate including, but not limited to:

      — the management of the Asbestos Register,

      — completion of suitable Risk Assessments,

      — relevant management and Refurbishment / Demolition surveys,

      — audits of removal work to be conducted and resultant reports to be completed, including surveys,

      — a 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected ACM release etc.).

      The Supplier must ensure compliance with all current and relevant legislation, associated Approved Codes of Conduct including Control of Asbestos Regulation 2012 and Health and Safety Guide 264.

       

      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: 3 866 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 8
      Objective criteria for choosing the limited number of candidates:

       

      Highest scoring suppliers and compliance to SSQ criteria.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      To extend the 36 month or 60 month term of this call-off agreement by up to 2 x 12 months at the sole discretion of the MOPAC/MPS.

      Number of possible renewals: 2.

       

      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
      Restricted 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
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 16/05/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 19/06/2018
      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
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Metropolitan Police Service
      11th Floor West Empress State Building Empress Approach Lillie Road Earls Court
      London
      SW6 1TR
      United Kingdom
      E-mail: MjEyRGZjV2lmWWFZYmhdYWRmY2pZYVliaGc0YVloImRjYF1XWSJpXw==
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Precise information on deadline(s) for review procedures:

      MjEyRGZjV2lmWWFZYmhdYWRmY2pZYVliaGc0YVloImRjYF1XWSJpXw==

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      16/04/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 17.04.2018
Zuletzt aktualisiert 17.04.2018
Wettbewerbs-ID 2-299298 Status Kostenpflichtig
Seitenaufrufe 38