Contract notice

Information

Published

Date of dispatch of this notice: 05/10/2020

Expire date: 02/11/2020

External Reference: 2020-598072

TED Reference: 2020/S 197-478579

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Thames Valley Police
VAT – GB 180 5571 07
Police HQ North, Meadow House, The Boulevard, Lang
Kidlington, Oxon
OX5 1NZ
UK
Contact person: Maggie Tabakova
Telephone: +44 1865541525
Internet address(es):
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=34805&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
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

Facilities Management Hygiene Services
Reference number:  PR19019
II.1.2)

Main CPV code

90911200  -  Building-cleaning services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Facilities Management Hygiene Services
The scope of the contract is to provide and maintain an acceptable level of Building Cleaning, Decontamination Service, Force-wide Laundry Service and Washroom & Medical Service across the Force.
The building cleaning service shall include scheduled building cleaning tasks, reactive building cleaning tasks, 24 hour /7 days a week / 365(6) days of the year decontamination cleaning to buildings and provision of all cleaning materials, equipment and consumables.
The laundry service will ensure all the sites have clean laundry stock which is replenished as and when required.
The Washroom & Medical Service shall include on a scheduled and reactive basis collection & disposal of sanitary, nappy and incontinence waste, provision and maintenance of washroom vending items, collection, disposal and replacement of sharps waste units and medical waste units.
II.1.5)

Estimated total value

Value excluding VAT: 6800000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

42716000  -  Laundry washing, dry-cleaning and drying machines
90524000  -  Medical waste services
90722200  -  Environmental decontamination services
90910000  -  Cleaning services
90911000  -  Accommodation, building and window cleaning services
90911300  -  Window-cleaning services
90919200  -  Office cleaning services
98311100  -  Laundry-management services
98311200  -  Laundry-operation services
II.2.4)

Description of the procurement

Facilities Management Hygiene Services
(Building Cleaning, Decontamination Service, Force-wide Laundry Service and Washroom & Medical Waste Service)
The scope of the contract is to provide and maintain an acceptable level of Building Cleaning, Decontamination Service, Force-wide Laundry Service and Washroom & Medical Service across the Force.
The building cleaning service shall include scheduled building cleaning tasks, reactive building cleaning tasks, 24 hour /7 days a week / 365(6) days of the year decontamination cleaning to buildings and provision of all cleaning materials, equipment and consumables.
The laundry service will ensure all the sites have clean laundry stock which is replenished as and when required.
The Washroom & Medical Service shall include on a scheduled and reactive basis collection & disposal of sanitary, nappy and incontinence waste, provision and maintenance of washroom vending items, collection, disposal and replacement of sharps waste units and medical waste units.
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: 6800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2021  /  End: 30/04/2023
This contract is subject to renewal: yes
Description of renewals:  
The current contract expires on 30/04/2021. Any new contract awarded shall commence on 01/05/2021. Subject to satisfactory performance a 1 x 36 months individual further extension is available. Contract to be awarded to a sole supplier.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6  /  Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Envisaged minimum number: 6 / Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The expectations are for a minimum of 6 suppliers and a maximum of 10 suppliers to be invited to tender. RFI Stage 1 pass mark is 68%. Bidders who meet or exceed this mark will be taken through to the RFQ Stage 2 fully priced bidding process.
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

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:  As detailed in the associated tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the procurement documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As detailed in the associated tender documentation and KPIs/SLAs.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  02/11/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  29/06/2021

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
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

As detailed in associated tender documentation.
VI.4)

Procedures for review

VI.4.1)

Review body

Thames Valley Police
Kidlington
OX5 1NZ
UK