Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Disposal of Items of Property by Public Auction.

  • First published: 18 July 2017
  • Last modified: 18 July 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Metropolitan Police
Authority ID:
AA21854
Publication date:
18 July 2017
Deadline date:
15 August 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This will be for items of unclaimed or crime related property considered to be of high value such as jewellery, art including but not limited to paintings and sculptures.

Estimated spend figures have been calculated from the 3 year historical figures as an average and applied to the four year contract period, rounded up.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Metropolitan Police Service

n/a

Empress State Building, Lillie Road, Earls Court

London

SW6 1TR

UK

Contact person: Colin Griffin

Telephone: +44 2071611550

E-mail: colin.griffin@met.pnn.police.uk

NUTS: UKI

Internet address(es)

Main address: www.met.police.uk

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/40396

I.2) Joint procurement

The contract is awarded by a central purchasing body

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=20350&B=BLUELIGHT


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=20350&B=BLUELIGHT


Tenders or requests to participate must be sent 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

Disposal of Items of Property by Public Auction.

Reference number: SS3/17/1

II.1.2) Main CPV code

79342400

 

II.1.3) Type of contract

Services

II.1.4) Short description

MOPAC/MPS has a requirement for the disposal of various items of property and surplus assets through sale at Public Auction divided into the following lots:-

Lot 1. — Jewellery, fine art, antiques and memorabilia (excluding POCA)

Lot 2. — Lost Property and MOPAC/MPS Surplus Assets

Lot 3. — Crime Related Property (excluding POCA)

Lot 4. — Crime Related Property and initial and on-going valuations — POCA

For indicative purposes only, approximate auction sales revenues over the past 3 years are:

2013-14 2014-15 2015-16

LOT 1 129 660 GBP 151 132 GBP 110 189 GBP

LOT 2 73 057 GBP 50 816 GBP 55 099 GBP

LOT 3 237 892 GBP 185 337 GBP 213 033 GBP

LOT 4 Not available Not available 311 000 GBP

The estimated auction sales revenues, from MPS property only, over four years is between 2 - 2 500 000 GBP . All income will go to MOPAC except for the commission which will go to the supplier.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The requirement is split into 4 lots and bidders may bid for one or more lots. The MPS will award contract(s) to the highest scoring bidder of each lot, which is the most economically advantageous tender based upon the award criteria set out in the ITT. It is envisaged that this framework may be open for access to other police forces and Greater London Authority (GLA) family within the UK.

II.2) Description

Lot No: 1

II.2.1) Title

Jewellery, fine art, antiques and memorabilia (excluding POCA)

II.2.2) Additional CPV code(s)

79342400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This will be for items of unclaimed or crime related property considered to be of high value such as jewellery, art including but not limited to paintings and sculptures.

Estimated spend figures have been calculated from the 3 year historical figures as an average and applied to the four year contract period, rounded up.

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: 522 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This is a routine requirement.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

Lot No: 2

II.2.1) Title

Property found in the Street, and MOPAC/MPS Surplus Assets

II.2.2) Additional CPV code(s)

79342400

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

A) Lost Property

This is property which has been found in a street or a public place and handed in to police, which remains unclaimed by the owner, loser or finder. This includes but is not limited to bicycles, watches, clothing, and electronic equipment.

b) MOPAC/MPS Surplus Assets

This category of items consists of assets belonging to MOPAC/MPS (excluding buildings or ICT equipment which contains MPS data). This includes but is not limited to ICT equipment, kitchen equipment, lighting and lamps, fire extinguishers, personal protection equipment.

Estimated spend figures have been calculated from the 3 year historical figures as an average and applied to the four year contract period, rounded up.

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: 239 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This is a routine requirement.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

Lot No: 3

II.2.1) Title

Crime Related Property (excluding POCA)

II.2.2) Additional CPV code(s)

79342400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Property which has come into police possession during the investigation of criminal offences and for which ownership cannot be ascertained, or which has been forfeited by order of a court. It is usually sold under the authority of the Police (Property) Regulations 1997. Other legislation may apply to individual items which will be identified when necessary.

Estimated spend figures have been calculated from the 3 year historical figures as an average and applied to the four year contract period, rounded up.

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: 849 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This is a routine requirement.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

Lot No: 4

II.2.1) Title

Crime Related Property and initial and on-going valuations — POCA

II.2.2) Additional CPV code(s)

79342400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Assets seized or obtained pursuant to Confiscation Orders issued by the Court under the Proceeds of Crime Act (POCA) 2002, Police and Criminal Evidence Act 1984, Drug Trafficking Act 1994 and Criminal Justice Act 1988 (as amended) or such amended legislation as from time to time in force. Items may include miscellaneous vehicles, plant machinery, personal vehicle registration number plates, jewellery and watches, antiques and fine art, electronic equipment, televisions, music systems, Real estate and land. Initial and On-going Valuations may need to be provided prior to the Authority receiving consent for the items to be sold.

Estimated spend figures have been calculated from the sales from 2015 rounded up x 4.

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: 1 250 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This is a routine requirement.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

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

List and brief description of conditions:

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

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.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 15/08/2017

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 15/08/2017

Local time: 12:00

Place:

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

Information about authorised persons and opening procedure:

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4 years.

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

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

VI.4) Procedures for review

VI.4.1) Review body

Colin Griffin

Empress State Building

Earls Court

SW6 1TR

UK

Telephone: +44 2071611550

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Please see invitation to tender documents for more information published via EU Supply.

www.eu-supply.com

VI.5) Date of dispatch of this notice

14/07/2017

Coding

Commodity categories

ID Title Parent category
79342400 Auction services Marketing services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
colin.griffin@met.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.