Opportunity

PP-10100 Mayor’s Office for Policing and Crime Asbestos Management Services

  • Mayor’s Office for Policing and Crime

F02: Contract notice

Notice reference: 2024/S 000-011084

Published 5 April 2024, 11:29am



Section one: Contracting authority

one.1) Name and addresses

Mayor’s Office for Policing and Crime

2nd, The Queen's Walk

London

SE1 2AA

Contact

Irene Celis

Email

irene.celis@place-group.com

Telephone

+44 8452577050

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.london.gov.uk/programmes-strategies/mayors-office-policing-and-crime-mopac

Buyer's address

https://in-tendhost.co.uk/placegroup/aspx/Home

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/placegroup/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/placegroup/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PP-10100 Mayor’s Office for Policing and Crime Asbestos Management Services

Reference number

PP-10100

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority as the contracting authority – The Mayor’s Office for Policing and Crime, is tendering for the supply of Asbestos Management Services to the Metropolitan Police Service (MPS). The MPS/Authority is seeking through this tendering process to set up a supply contract for the provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate.The services are to be provided across 216 sites, all located within greater London. Sites include a range of police stations, office buildings, and operational hubs. It is expected that the Successful Supplier will have strong presence in London to support the contract effectively and proven track record of contracts in London.

two.1.5) Estimated total value

Value excluding VAT: £5,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

A. The Authority as the contracting authority – The Mayor’s Office for Policing and Crime, is tendering for the supply of Asbestos Management Services to the Metropolitan Police Service (MPS). The MPS/Authority is seeking through this tendering process to set up a supply contract for 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 through the use of TEAMS Software to integrate with the Authority’s Teams Enterprise Software• Completion of suitable Risk Assessments• Relevant Management, Re-Inspection and Refurbishment and Demolition Surveys produced within TEAMS Software• Conduct audits of removal work, produce reports and update surveys and the Asbestos Register with changes.• A 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected Asbestos Containing Material (ACM) disturbance or release etc.)• Proactive reporting of estate improvements for consideration• High light risks and provide risk mitigation proposals.B. The Contract period will be for 3 years initially with the option to extend for two further two-year periods. C. Estimated full contract value is expected to be in the region of £5,400,000 including VAT.D. The services are to be provided across 216 sites, all located within greater London. Sites include a range of police stations, office buildings, and operational hubs. It is expected that the Successful Supplier will have strong presence in London to support the contract effectively and proven track record of contracts in London.E. The Successful 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.F. The Successful Supplier must note that the MPS estate is subject to change over the course of the new contract and is likely to increase in size. Buildings may be added or removed during the course of the contract. The range of premises shall include, but will not be limited to, commercial, leased and residential properties.G. The Successful Supplier will be the MPS specialist nominated contractor to undertake asbestos surveys and sampling. The Successful Supplier may therefore be required to interface with principal contractors as necessary.H. The full specification will be provided at ITT stage.I. It is not expected for TUPE to be applicable to this contract.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 7

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per the tendering documentation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 May 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom