Section one: Contracting authority
one.1) Name and addresses
The Metropolitan Police Service
2nd Floor, Kilburn Police Station,39 Salusbury Road, Queen's Park
LONDON
NW66LT
Contact
Emma Rice
Telephone
+44 7554223135
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplier.coupahost.com/quotes/public_events?customer=metpolice
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 DUCTLESS LABORATORY CABINETS
Reference number
Coupa Reference #771
two.1.2) Main CPV code
- 39141500 - Fume cupboards
- LA21 - For laboratory use
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority as the contracting authority is tendering for the supply of Ductless Laboratory Cabinets including the fitting and maintenance during the life of the Goods and disposal of previous cabinets (the Goods and Services) to the MPS. The MPS/Authority is seeking through this tendering process to award a contract with a suitably capable Bidder to provide these Goods and Services for an initial term of 36 months and a unilateral option of the MPS/Authority to extend for further periods up to a maximum of 24 months.
The Contracting Authority requires the supply and installation of 29 ductless laboratory cabinets (including maintenance during their expected life) and the decommissioning of existing cabinets.
The required products are as follows;
15 x 800mm wide ductless fume cabinets
3 x 1800mm wide ductless fume cabinets
11 x 1200mm wide bio-safety cabinets - Class II
Decommissioning must be managed to ensure minimal operational impacts to the Contracting Authority and will be carried out in a manner which ensures the ethical and safe disposal of the 29 existing Labcaire (+) ductless fume hoods and class II biologic safety cabinets which have reached their end of life.
The Supplier will be responsible for the logistics of decommissioning twenty-nine (29) cabinets and commissioning / installing twenty-nine (29) cabinets over (ideally) a 6-month period.
The Supplier will also provide extensive product and H&S knowledge to ensure a smooth transition, with little or no loss of business continuity and in accordance with ISO17025 for calibration, recalibration and cleaning of the equipment and laboratory.
two.1.5) Estimated total value
Value excluding VAT: £270,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33950000 - Clinical forensics equipment and supplies
- 39180000 - Laboratory furniture
- 51430000 - Installation services of laboratory equipment
- 98391000 - Decommissioning services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Contracting Authority requires the supply, installation and maintenance of 29 ductless laboratory cabinets and the decommissioning of existing cabinets.
The required products are as follows;
15 x 800mm wide ductless fume cabinets
3 x 1800mm wide ductless fume cabinets
11 x 1200mm wide bio-safety cabinets - Class II
Decommissioning must be managed to ensure minimal operational impacts to the Contracting Authority and will be carried out in a manner which ensures the ethical and safe disposal of the 29 existing Labcaire (+) ductless fume hoods and class II biologic safety cabinets which have reached their end of life.
The Services must be provided in compliance with ISO17025
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended by further periods up to a maximum of 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The contract period is for an initial term of 36 months which may be extended by the parties for further periods up to a maximum of 24 months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-000122
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 August 2022
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 August 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Mayors Office for Policing and Crime (c/o MPS)
C/O Post Room at Marlowe House, 105 Station Road, Kent
Sidcup
DA15 7ES
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for lodging appeals: Proceedings must be brought within 30 days of the date on which the economic operator knew or ought to have known of the breach of duty owed to it by the contracting authority unless the court considers there is good reason for extending the period within which proceedings can be brought.