Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 311153-2015

Display compact view

04/09/2015    S171

United Kingdom-London: Facilities management services

2015/S 171-311153

Prior information notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: The Mayor's Office for Policing and Crime (MOPAC) c/o Metropolitan Police
Postal address: 11th Floor, Empress State Building, Lillie Road
Town: London
Postal code: SW6 1TR
Country: United Kingdom
For the attention of: Mr Paul Homshaw
E-mail: paul.homshaw@kbr.com
Telephone: +44 1372865000
Fax: +44 1372865000

Internet address(es):

General address of the contracting authority: http://www.met.police.uk/

Address of the buyer profile: www.bluelight.co.uk

Further information can be obtained from:
Official name: The Mayor's Office for Policing and Crime (MOPAC) c/o Metropolitan Police
Postal address: 11th Floor, Empress State Building, Lillie Road
Town: London
Postal code: SW6 1TR
Country: United Kingdom
Contact person: Mr Paul Homshaw
E-mail: fmintegrator_sourcing@kbr.com
Internet address: www.bluelight.gov.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II.B: Object of the contract (Supplies or services)

II.1)Title attributed to the contract by the contracting authority:
II.2)Type of contract and place of delivery or of performance
Service category No 27: Other services
UK mainland mainly within the Greater London area.

NUTS code UKI LONDON

II.3)Information on framework agreement
The notice involves the establishment of a framework agreement: no
II.4)Short description of nature and quantity or value of supplies or services:
The Metropolitan Police Service (Authority) is the largest police force in the UK. In the current challenging economic climate the organisation has achieved significant progress and change; delivering cost reductions and improved value for money, whilst continuing to provide an exemplary service to Londoners' and visitors to London. The key objectives of the Authority are to cut crime and increase public confidence whilst reducing our costs. We are therefore looking for more innovative ways to help meet these targets, and key to this is the way the property service requirements are delivered. As part of the current organisation wide change programme, the Authority is re-thinking how its' Facilities Management requirements are structured in order to meet budget savings, whilst ensuring the Authority can continue to meet the changing needs of its' estate. Prior to April 2014, the Authority's facilities management services were provided under a Total Facilities Management (TFM) arrangement, which was divided into two regional delivery locations — North of the River Thames, and South of the River Thames. From April 2014 onwards, the Authority have utilised an FM Integrator service, operated by Kellogg Brown and Root Ltd (KBR). KBR worked closely with the Authority to develop an appropriate number of service packages and lots to deliver the services previously provided by the TFM providers. The objective was to deliver greater flexibility and transparency; reduce ‘margin on margin’ of subcontracting; deliver a significant and sustainable level of savings on FM spend; and to increase the number of Small and Medium Enterprises (SME) suppliers. These objectives were met through the procurement activity that appointed the supply chain that has delivered the services since April 2014. As the category strategy continues to evolve, and the desire for delivering ‘more for less’ remains, KBR is seeking to engage with the market to explore options for delivering the most appropriate service for the most competitive market cost, whilst ensuring fairness and transparency throughout. The purpose of this prior information notice (PIN) is to engage the market for the update of the MPS's sourcing strategy for facilities management services, in preparation for the tendering of these services from May 2017. Interested suppliers will be invited to participate in this market engagement that aims to provide the MPS with innovative and potentially alternative solutions that will enhance the delivery of services across the estate, reduce costs and provide better value for money.
The services: The following services have been identified for this prior information notice:
1. General and Recycling Waste
2. Clinical and Hazardous Waste
3. Cleaning Services
4. Grounds Maintenance Services
5. Laundry and Cell Blanket Services
6. Mail, Reprographics, Porterage and Front of House Services
7. Pest Control Services
8. Security Services (Security Guarding)
9. Lifts including Statutory Inspections
10. Roller Shutters
11. Mechanical Electrical and Plumbing
12. General Building Works
13. Locksmith Services
14. Masts and Towers
15. Flag and Flag Poles
16. Special Events Services
17. New Furniture Services
18. Furniture Relocation Services
19. Crime Scene Cleaning
20. Crowd Control Barriers Please refer to Appendix 1 for more information on each of the services.
Estimated cost excluding VAT: 0 GBP
II.5)Common procurement vocabulary (CPV)

79993100 Facilities management services, 09134100 Diesel oil, 19600000 Leather, textile, rubber and plastic waste, 24950000 Specialised chemical products, 24960000 Various chemical products, 30192400 Reprographic supplies, 30237280 Power supply accessories, 31120000 Generators, 31174000 Power supply transformers, 31216100 Lightning-protection equipment, 31320000 Power distribution cables, 31523000 Illuminated signs and nameplates, 31625000 Burglar and fire alarms, 31682510 Emergency power systems, 31682530 Emergency power supplies, 33157300 Oxygen tents, 33163000 Tent for medical use, 34923000 Road traffic-control equipment, 34924000 Variable message signs, 34928110 Road barriers, 34928460 Road cones, 34928472 Sign posts, 34928480 Waste and rubbish containers and bins, 34990000 Control, safety, signalling and light equipment, 35260000 Police signs, 35800000 Individual and support equipment, 37414300 Tent repair kits, 39000000 Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products, 42122180 Fuel pumps, 42320000 Waste incinerators, 42416000 Lifts, skip hoists, hoists, escalators and moving walkways, 42418000 Lifting, handling, loading or unloading machinery, 42419000 Parts of lifting and handling equipment, 42716000 Laundry washing, dry-cleaning and drying machines, 44112000 Miscellaneous building structures, 44115000 Building fittings, 44212200 Towers, lattice masts, derricks and pylons, 44220000 Builders' joinery, 44230000 Builders' carpentry, 44423400 Signs and related items, 44482000 Fire-protection devices, 44521110 Door locks, 44521140 Furniture locks, 44613800 Containers for waste material, 44616200 Waste drums, 45000000 Construction work, 50000000 Repair and maintenance services, 51000000 Installation services (except software), 60000000 Transport services (excl. Waste transport), 63121000 Storage and retrieval services, 63712700 Traffic control services, 63734000 Hangar services, 64000000 Postal and telecommunications services, 71000000 Architectural, construction, engineering and inspection services, 75000000 Administration, defence and social security services, 77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services, 79000000 Business services: law, marketing, consulting, recruitment, printing and security, 90000000 Sewage, refuse, cleaning and environmental services, 98310000 Washing and dry-cleaning services, 98392000 Relocation services, 98395000 Locksmith services, 31216200 Lightning conductors, 34928120 Barrier components, 37420000 Gymnasium equipment, 42924700 Mechanical appliances for projecting, dispersing or spraying, 44421000 Armoured or reinforced safes, strongboxes and doors, 98340000 Accommodation and office services

II.6)Scheduled date for start of award procedures
II.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.8)Additional information:

In order to obtain further information please go to https://bluelight.eu-supply.com/opportunities (Due North) to register your interest, quoting ref: 9YVD-EJHF78. Upon registering interest suppliers will gain access to Appendix 1 and 2 which provide additional information. Suppliers are asked to complete and submit Appendix 2 as per the instructions provided in Appendix 2 by 18.9.2015.

We are committed to ensuring fairness, openness and transparency, and to follow EU procurement regulations. Any expression of interest made under this notice and any subsequent meeting is no indication of a commitment from either side to participate in any future tender or procurement process. The Authority will select a cross section of those expressing an interest to hold discussions with. Any discussions will be subject to the signature of a non-disclosure agreement prior to commencement. Any contract or discussion as a result of this exercise does not infer any preferential or special status on those organisations that do express an interest or are contacted to meet with the Authority. The Authority is not liable for any cost or expenses incurred by any party participating in this exercise.
Please note this is not the start of a formal procurement process and is not a call for competition. This exercise is not a pre-qualification questionnaire exercise as defined under the Public Contract Regulations 2015. Any information that we have provided as part of this exercise will be included as part of any future procurement exercise. It is also not a guarantee that the results of this exercise will formally begin any procurement or constitute any commitment by the Contract Authority to undertake any procurement exercise. A separate contract notice will be issued to cover any future procurement process. Interested parties will not be prejudiced by any response of failure to respond to the market engagement exercise.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2)Conditions for participation
III.2.1)Information about reserved contracts

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice:
1.9.2015