Section one: Contracting authority
one.1) Name and addresses
Metropolitan Police Service
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
Contact
Paul Homshaw
Telephone
+44 1372862451
Country
United Kingdom
NUTS code
UKI - London
National registration number
n/a
Internet address(es)
Main address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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=38263&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38263&B=BLUELIGHT
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
The Supply of Clinical and Offensive Waste Management Services
Reference number
T7 2022 L3
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
This Service shall include, but is not limited to the collection of Waste from any location within the MPS Greater London District or an MPS property, and reuse, recycling (where applicable), recovery or disposal (in line with the EU waste hierarchy) of the following:
• Offensive Waste
• Clinical Waste
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34928480 - Waste and rubbish containers and bins
- 42320000 - Waste incinerators
- 44613800 - Containers for waste material
- 45232470 - Waste transfer station
- 71800000 - Consulting services for water-supply and waste consultancy
- 79723000 - Waste analysis services
- 90510000 - Refuse disposal and treatment
- 90513000 - Non-hazardous refuse and waste treatment and disposal services
- 90514000 - Refuse recycling services
- 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
- 90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
- 90524000 - Medical waste services
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
- 90524300 - Removal services of biological waste
- 90524400 - Collection, transport and disposal of hospital waste
- 90530000 - Operation of a refuse site
- 90533000 - Waste-tip management services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This Service shall include, but is not limited to the collection of Waste from any location within the MPS Greater London District or an MPS property, and reuse, recycling (where applicable), recovery or disposal (in line with the EU waste hierarchy) of the following:
• Offensive Waste
• Clinical Waste
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: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
5 Year base term plus 2 optional 12 month extensions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
2 optional 12 month extensions
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.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
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
12 July 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 12 January 2022
four.2.7) Conditions for opening of tenders
Date
12 July 2021
Local time
12:00pm
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
Metropolitan Police Service
London
Country
United Kingdom